You are on page 1of 674

November, 2015 Royal Oman Police General Hospital

BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman


Issued for Contract 290/2011

INDEX
DIVISION 2 - SITEWORK
SECTION TITLE
02050 SITE DEMOLITION AND REMOVALS
02140 DEWATERING
02220 EARTHWORK
02245 ROCK CAVITY PROBING AND GROUTING
02280 TERMITE CONTROL
02281 PEST CONTROL
02513 ASPHALT CONCRETE PAVING
02515 PAVING AND SURFACING
02590 SITEWORK EXPANSION JOINTS AND SEALANTS
02720 SITE STORM DRAINAGE
02721 RIP-RAP SYSTEM
02722 GABIONS SYSTEM
02830 CHAIN LINK FENCES AND GATE
02870 SITE FURNISHINGS
02875 SITE AND STREET SHELTER
02881 PLAY FIELD EQUIPMENTS AND STRUCTURES
02890 ROAD MARKING AND SIGNS
02891 TRAFFIC MARKING AND SIGNS
02905 PLANT PROCUREMENT AND DELIVERY
02925 PLANTING SOIL
02950 PLANT INSTALLATION
02970 LANDSCAPE MAINTENANCE
DIVISION 3 – CONCRETE
SECTION TITLE
03100 CONCRETE FORMING AND ACCESSORIES
03300 CAST- IN-PLACE CONCRETE
03410 STRUCTURAL PRECAST CONCRETE
03455 GLASS FIBER REINFORCED PRECAST CONCRETE - PLANT CAST
03520 LIGHTWEIGHT CONCRETE
03530 CONCRETE TOPPING
03540 SAND CEMENT SCREED
03805 TESTING OF WATER RETAINING STRUCTURES
DIVISION 4 - MASONRY
SECTION TITLE
04220 CONCRETE MASONRY UNIT (CMU)
04221 AERATED CONCRETE MASONRY UNIT (ACMU)
04400 BUILDING AND INTERIOR STONE

© 01 International W.L.L Index-1


November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

DIVISION 5 – METALS
SECTION TITLE
05120 STRUCTURAL STEEL
05300 STEEL DECKING
05500 MISCELLANEOUS METAL
05700 ORNAMENTAL METAL
DIVISION 6 – WOOD AND PLASTICS
SECTION TITLE
06100 ROUGH CARPENTRY
06200 FINISH CARPENTRY
06400 ARCHITECTURAL WOODWORK
06602 SYNTHETIC COUNTERTOP SYSTEM
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION TITLE
07110 MEMBRANE WATERPROOFING
07112 LOOSE LAID SYNTHETIC WATERPROOFING MEMBRANE
07135 CAPILLARY WATERPROOFING
07140 LIQUID APPLIED WATERPROOFING
07161 BITUMINOUS DAMP-PROOFING
07200 BUILDING INSULATION
07242 EXTERIOR RENDERING ON INSULATION SYSTEMS
07244 EXTERNAL RENDERING
07255 CEMENTITIOUS FIREPROOFING
07272 AIR BARRIERS
07500 BITUMINOUS ROOFING SYSTEMS
07570 TRAFFIC DECK SYSTEM
07625 FLASHING AND SHEET METAL
07840 FIRESTOPPING
07920 SEALANTS
DIVISION 8 - DOORS AND WINDOWS
SECTION TITLE
08100 HOLLOW METAL WORK
08130 STAINLESS STEEL DOORS AND FRAMES
08200 WOOD DOORS AND FRAMES
08305 ACCESS DOORS AND FRAMES
08330 OVERHEAD ROLLING SHUTTER AND FREE CARRIER SLIDING GATE
08424 INTENSIVE CARE UNITS / CRITICAL CARE UNIT ENTRANCES
08430 AUTOMATIC ENTRANCES (SLIDING DOORS)
08470 REVOLVING DOOR ENTRANCES

© 01 International W.L.L Index-2


November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

DIVISION 8 - DOORS AND WINDOWS (CONT’D)


SECTION TITLE
08520 ALUMINIUM DOORS AND WINDOWS
08630 SKYLIGHT SYSTEMS
08710 FINISH HARDWARE
08800 GLASS AND GLAZING
08900 CURTAIN WALL SYSTEMS
08901 SPIDER SYSTEM CURTAIN WALLS
DIVISION 9 - FINISHES
SECTION TITLE
09100 PLASTER ACCESSORIES
09220 CEMENT PLASTER
09250 GYPSUM BOARD SYSTEMS
09251 DRYWALL SYSTEMS
09300 TILE
09400 TERRAZZO TILES
09510 ACOUSTICAL CEILING
09511 FABRIC WRAPPED SOUND ABSORBER PANEL
09522 UPHOLSTERED WALL TREATMENTS
09535 SPRAY-APPLIED ACOUSTICAL FINISH
09540 SPECIAL CEILING AND WALL SURFACES
09541 FIBERUS REINFORCED GYPSUM CEILING
09650 RESILIENT FLOORING
09651 RUBBER FLOORING
09654 LINOLEUM FLOOR COVERINGS
09680 CARPET TILES
09690 BROADLOOM CARPET
09900 PAINTING
09950 WALL COVERING
09965 FIREPROOF PAINTS
DIVISION 10 - SPECIALTIES
SECTION TITLE
10200 LOUVERS
10260 BUMPERS AND CORNER GUARDS
10270 ACCESS FLOORING
10425 SIGNS
10430 EMERGENCY EVACUATION CHAIRS
10500 LOCKERS
10600 PARTITION
10700 SHADES
10800 TOILET ROOM ACCESSORIES
10900 MISCELLANEOUS SPECIALTIES

© 01 International W.L.L Index-3


November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

DIVISION 11 – EQUIPMENT
SECTION TITLE
11015 FAÇADE CLEANING EQUIPMENT
11110 LAUNDRY EQUIPMENT
11150 PARKING CONTROL EQUIPMENT
11170 WASTE HANDLING EQUIPMENT
11172 WASTE COMPACTOR
11173 MEDICAL WASTE INCINERATOR
11400 FOOD SERVICE EQUIPMENT
11405 REFRIGERATION EQUIPMENT
11425 VENTILATION CANOPIES
11460 KITCHEN CABINETS
11461 KITCHEN APPLIANCE
11480 HYDROTHERAPY EQUIPMENT
DIVISION 12 - FURNISHING
SECTION TITLE
12340 MODULAR LABORATORY AND WORK STATION SYSTEM
12345 KITCHEN ALUMINUM FURNITURE SYSTEMS
12346 MODULAR STEEL LABORARORY AND WORKSTATION SYSTEM
12347 MODULAR WOOD LABORARORY AND WORKSTATION SYSTEM
12600 FURNITURE AND ACCESSORIES
12610 FIXED AUDIENCE SEATING
12670 FLOOR MATS
DIVISION 13 - SPECIAL CONSTRUCTION
SECTION TITLE
13030 WALK-IN COLD ROOMS
13080 VIBRATION ISOLATION SYSTEMS
13090 RADIATION SHIELDING
13100 WATER TANK STORAGE SPECIALTIES
13130 PRE-ENGINEERED FABRIC STRUCTURE
13650 SOLAR PHOTOVOLTAIC ON GRID SYSTEM FOR BUILDING ROOF TOP
13670 THERMAL CHIILED WATER STORAGE TANK
13750 RADIATION PROTECTION
DIVISION 14 - CONVEYING SYSTEM
SECTION TITLE
14200 ELECTRIC TRACTION ELEVATORS
14580 PNEUMATIC TUBE SYSTEM
14640 GANTRY CRANES
14960 ELECTRIC CITY BUS
------------------------
List of Additional Manufacturer / Supplier / Installer including specified one.

END OF INDEX

© 01 International W.L.L Index-4


November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11015
FAÇADE CLEANING EQUIPMENT

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The Contract Documents, General Provisions of the Contract, including Contract Conditions
and Division 1 Specification Sections, apply to the work of this Section.
1.02 SUMMARY
A. Provide the work of this Section in accordance with the Contract Documents.
B. Work of this Section shall include, but not be limited to, the following:
1. Utlra Series Telescopic Boom Lifts
2. Mobile Scafolding
3. Tucker Pole
4. Supply water outlets as shown on drawings.
5. All labor, materials, hoisting, equipment and services necessary to complete the
facade maintenance system.
6. Electric outlet boxes, wiring, stainless steel strain relief anchors at each outlet,
electrical receptacles, matching plug, and the connection of the plug to the traveling
cable of the equipment.
C. Related Work Specified Elsewhere:
1. Curtain wall
2. Glass and Glazing
3. Plumbing works
1.02 SUBMITTALS
A. Product Data
1. Submit manufacturer's latest published literature for materials specified herein shall
be submitted.
2. Data shall include certificates showing compliance with the specifications.
B. Maintenance Manual
1. Furnish maintenance manuals describing periodic maintenance required, parts lists,
and manufacturer's service facilities.
C. Operational Procedure
1. Furnish written instructions with diagrams as necessary, for the complete operation
and use of the equipment, including a step-by-step procedure for movement about the
building movement from one area to the next working area, and handling of the
suspension wire ropes and power cords.
1.03 WARRANTY
A. Guarantee: Submit with each proposal copy of guarantee against defects in material,
workmanship or installation of all components, providing for repair or replacement for a period
of one year, including material and labor.

© 01 International W.L.L Façade Cleaning Equipment


11015-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 UTLRA SERIES TELESCOPIC BOOM LIFTS
A. Model – JLG 1350SJP Telescopic Boom Lift
1. JLG Industries, Inc. 1 JLG Drive, McConnellsburg, PA. 17233-9533, (717) 485-5161
2. Or approved equal.
B. Description (technical data)
1. Platform Height 41.15 m
2. Platform Size 0.91 x 2.44 m
3. Platform Capacity (Unrestricted) 227 kg
4. Platform Rotator 180°
5. Horizontal Reach 24.38 m
6. Swing 360° Continuous
7. Overall Width Axles Retracted 2.49 m
8. Overall Width Axles Extended 3.81 m
9. Tailswing 1.67 m
10. Stowed Height 3.05 m
11. Overall Length Jib Stowed 11.45 m
12. Overall Length Jib Deployed 14.89 m
13. Wheel Base 3.81 m
14. Ground Clearance Axle 30 cm
15. Ground Clearance Chassis 65 cm
16. Weight 20,411 kg
17. Chassis
a. Max Ground Bearing Pressure 7.52 kg/cm2
b. Drive Speed 5.2 km/h
c. Gradeability 45%
d. Turning Radius (Inside) Axles Retracted 4.39 m
e. Turning Radius (Inside) Axles Extended 2.44 m
f. Turning Radius (Outside) Axles Retracted 6.86 m
g. Turning Radius (Outside) Axles Extended 5.89 m
h. Crab Steer Ratio 1:1
i. Axle Oscillation 30 cm
j. Tires/Type 445/50D710 Foam Filled
18. Power Source
a. Diesel Engine Deutz TD2011L4 74.9 hp
(55.9 kW)
b. Fuel Tank Capacity 117 L
c. Hydraulic Reservoir 208 L
d. Auxiliary Power 12V DC
e. Generator Nominal/Continuous 7,500 Watt

© 01 International W.L.L Façade Cleaning Equipment


11015-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.02 MOBILE SCAFFOLDING


A. Mobile Scaffolding (1.2 to 12.0m) Boss Zone 1
1. Youngman Group Limited, The Causeway, Maldon, Essex CM9 4LJ, United
Kingdom. T: +44 (0) 1621 745900
2. Or approved equal.
B. Features
1. The worlds premier Glass Reinforced Polymer - GRP (Fibreglass) industrial modular
access tower system.
2. Non conductive, Non sparking, Non corroding, Non oxidizing, Clean
3. Comfortable to handle in both very cold and warm climates
4. Manufactured using tube with an additional circumferential winding for increased
compressive and flexural strength (up to 4 times greater than other GRP tower
systems)
5. High visibility
6. Impact resistant claws
7. Integral ladders with 250mm easy climb rung spacing
8. 500mm frame rung spacing in compliance with Work at Height Regulations
9. Ribbed rung tubing for increased grip
10. 3T - Through the Trap build method
11. Two widths - 850mm Single Width and 1450mm Double Width
12. 2 slip resistant platform lengths - 1.8 and 2.5m with self closing trapdoors and
windlocks
13. The maximum platform safe working load is 225kg
14. Primed brace claw mechanism
15. Ease of brace identification:
a. Red – horizontal
b. Blue – diagonal
16. Horizontal braces used as guardrails
17. Self cleaning adjustable legs
18. Castors with compact trail/no trail positive locking brake mechanism
19. Deck board edge protection provided by profile of GRP deck
2.03 TUCKER POLE
A. Manufacturers: Provide Tucker Pole manufactured by
1. Tucker Window Washer Systems, P.O. Box 848, Cedar Rapids, Iowa 52406 USA,
rtucker@tuckerusa.com
2. Fixator (France), Local Supplier: Medmac United Est. www.medmacu.com
3. Gondolas in Design (Gind) Building Maintenance System, Local Supplier: World of
Design, www.wodkuwait.com
4. Tractel S.A, 29 Rue Du Progres F- 93108 Montreuil Cedex, Tel: (01) 48 58 91 32,
Fax: (01) 48 58 19 95

© 01 International W.L.L Façade Cleaning Equipment


11015-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. E W Cox International, 45 Hood Street, Airport west,Victoria, 3042 Australia Tel:


+61 3 9338 3444, Fax: +61 3 9338 2508, Email ewcox@ewcox.com.au
6. Power climber www.powerclimber.be
7. Manntech – vertrieb-ausland@manntech.de (Ahmadiah)
8. or an approved equal
B. Tucker Pole
1. Provide maintenance free, light weight aircraft type aluminum tucker pole to comply
with the following requirements:
a. Tucker pole shall be 10-25m long , with gold anodized finish
b. Tucker pole shall be provided with double trim Nylon brush with short
center bristles.
c. Tucker pole shall be provided with rinse bracket and water hose, Stainless
steel warm gear bands tightly clamped to the tubing to provide rigid
connection and preventing slipping of sections.
d. Tucker pole shall be provided with dual polyvinyl hose with extends through
hand sections, goose neck and rinse bracket.

PART 3 - EXECUTION
3.01 INSPECTION
A. Prior to commencing work, the installer shall examine all aspects of the construction and
immediately call to the attention of the Owner’s Representative any conditions detrimental to a
proper installation. The Contractor shall immediately correct all problems.
3.02 PREPARATION
A. The Contractor shall be responsible for all required equipment hoisting and unloading and shall
also be responsible for coordinating the location of the equipment on the roof so as not to
interfere with other roof construction.
B. Secure equipment in place as shown on approved Shop Drawings.
3.03 INSTALLATION
A. All equipment shall be installed by, or under the direct field supervision of the equipment
manufacturers.
3.04 FIELD QUALITY CONTROL FOR FAÇADE MAINTENANCE SYSTEMS
A. After completion of the installation conduct full live load and operational tests under maximum
design live loading conditions over the full range of all the building surfaces, in accord with
applicable standards.
B. At a time mutually agreeable to all parties, allow one (1) full day to conduct operational
demonstrations for the Owner and/or the Owner's representative, after completion of the
operational tests.
C. Repair or replace any components and correct all deficiencies observed as a result of these tests
and demonstrations, and retest as required by the Owner to assure compliance with the Contract
Documents.
3.05 OPERATOR'S TRAINING FOR FAÇADE MAINTENANCE SYSTEMS
A. Provide at least two (2) full working days for initial operator's training to ensure safe use of all
the equipment.

END OF SECTION

© 01 International W.L.L Façade Cleaning Equipment


11015-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11110
LAUNDRY EQUIPMENT

PART 1 - GENERAL
1.01 GENERAL NOTES TO LAUNDRY TENDERERS
A. Introduction
1. This specification must be read in conjunction with the Contract conditions and
Contract particulars prepared by the Contract Administrator.
2. The specification for specialist laundry equipment and its installation, described in
this document applies, only to the specialist laundry equipment package. Should the
Tenderer find any discrepancy or divergence between the Contract conditions,
Contract particulars and specialist laundry equipment package specification, he shall
immediately notify the Contract Administrator. The Tenderer is advised to familiarise
himself with the documents and the requirements set out therein.
3. The specification contained in this document relates to that specialist laundry
equipment required to equip the laundry facilities that are proposed within JAAH,
Oman.
a. The fit-out encompasses the master laundry processing area within ROP.
b. Reference should be made to the building drawings for the overall facility
locations and to the Consulting Engineer’s drawings, which detail the design
of the service infra structure.
c. Consultant's Intention: The Laundry Design Consultant has produced a
design for the laundry facilities within this development. It is the successful
Laundry Equipment Sub Contractor's responsibility to understand the
aforementioned, be aware of any implications, co-ordinate and design this
package and conclude the project in a professional manner.
d. The Laundry Equipment Sub Contractor's responsibilities shall include, but
not be limited to:
(1) Production of drawings, especially services layouts which should
check and verify all information shown by the consultant.
(2) Production and checking of fabrication drawings to ensure that they
meet specification and suit site conditions, to include electro-
mechanical services runs and other equipment.
(3) Appointment of experienced Project Manager and installation team.
(4) Proposal of solutions to problems where they arise.
B. Interpretation within This Specification:
1. The headings of the section/clause in this specification shall not affect the
interpretation thereof. All sections of this specification shall be read in conjunction
with each of the other sections and with the Laundry Equipment Tender drawings,
read together. All sizes specified within this document are metric and in millimetres
unless otherwise stated.
2. Where the work described in this document is undertaken by the Laundry Equipment
Contractor as a Specialist Package Contract, the term 'Contractor' shall mean
'Specialist Laundry Equipment Contractor'.
C. Scope of Works of Specialist Laundry Equipment Contractor
1. The work covered by this specification is for the installation of laundry equipment to
terminated services in predetermined positions within 2000mm of the final connection
point of positioned laundry equipment. It should be noted that allowance shall be
made for an additional 1000mm between the services termination points and the
appliance connection point than the usual industry norm, to allow flexibility in the
installation.

© 01 International W.L.L Laundry Equipment


11110-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. It shall be incumbent on the Contractor to verify that the services requirements as


shown on laundry equipment services requirements, and which are included with this
package, meet the contractor’s requirements. Variations should only be made if
absolutely necessary.
3. Unless specifically stated otherwise, this specification is for:
a. Provision of layout, electro-mechanical and fabrication drawings;
b. Site supervision;
c. Manufacture;
d. Works testing;
e. Supply and delivery to site;
f. Site movement;
g. Provision of all necessary labour and materials to form a complete
installation of the works.
h. Installation and/or erection;
i. Final connection;
j. Commissioning, including all tests required to achieve Project Close-out and
as required to comply with Oman Municipality specific commissioning
requirements and forms;
k. Making good any defects to installed equipment that occur during the defects
liability period;
l. Provision of operating and maintenance manuals;
m. Preparation of 'as installed' drawings;
n. Provision of a complete set of manufacturer’s recommended spare parts.
o. Provision of all maintenance during the warranty period
4. All as described in this document, referred to hereafter as 'supply and install'.
D. Specialist Laundry Equipment Contractor Requirements
1. The Specialist Laundry Equipment Contractor shall be solely responsible for quality
control of the work to comply with the requirements of the contract documents. The
Specialist Laundry Equipment Contractor shall co-ordinate all interfaces with other
packages.
2. The Specialist Laundry Equipment Contractor shall supply and install everything
necessary for the proper execution of the works, according to the true intent and
meaning of Laundry Equipment Designer’s drawings, the general specification and
the item specification taken together, whether the same may or may not be
particularly shown or described, provided that the same is reasonably to be inferred
there from. If the Contractor finds any discrepancy he shall immediately and in
writing refer the same to the Client’s Representative who will decide the procedure.
3. Where materials, products and standard of work are not fully specified they are to be:
a. Fit for the purpose of the Works stated in the Contract Documents.
b. In accordance with good building practise, including relevant provisions of
current Standard Codes of Practise, including British standards and Oman
Construction Standards.
c. In compliance and conformity with international and local/regional codes.
d. Conforming to the Oman Municipality standardization policy.
e. In compliance and conformity with Oman Construction Specifications

© 01 International W.L.L Laundry Equipment


11110-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Quality Assurance: Installers and Manufacturer’s Qualifications should be a minimum of 5


years experience.
F. The Contract
1. The Specialist Laundry Equipment Contractor shall be a Specialist Package
Contractor to the Main Contractor. Terms and conditions applied under this Contract
to the Main Contractor will also apply to this package.
2. It is incumbent on the Tenderer to ensure that the Contract Administrator forwards all
relevant preliminaries sections during the Tender Period, to ensure that all known
conditions are included in the Tender price for these Specialist Package works.
3. The Tenderer shall complete the pricing schedule section together with the section
scheduling proposed manufacturers of proprietary equipment and return them
completed with his tender, together with completed section scheduling requirements
for attendances by the Main Contractor.
G. The Contract Period: The Contract period is to be subject to agreement with the Contract
Administrator. Refer to Main Contract conditions pertaining to programme. The Specialist
Laundry Equipment Contractor shall liaise with the Contract Administrator to agree the dates
on which the equipment shall be delivered and installed, to comply with the contract
programme. The Laundry Equipment Contractor shall include a statement in a letter
accompanying his tender, confirming compliance with the main programme requirements.
H. Drawing Information
1. The design intent drawings accompanying the tender documents are for tendering
purposes only and must be treated as being subject to development to suit site
conditions, as necessary to suit the laundry fit-out.
2. Drawings that should be read in conjunction with this specification are scheduled
below, with any other drawings deemed necessary by the Contract Administrator in
discussion with the Specialist Laundry Equipment Tenderer: Refer to Drawing list
I. Construction, Design & Management (CDM) Regulations: The Specialist Laundry Equipment
Contractor should be aware that he will be expected to conduct his activities within the
regulations set out and documented by the appointed Health and Safety Officer.
J. Sources of Equipment
1. The Specialist Laundry Equipment, as detailed within this specification, shall be of a
standard designed to be heavy-duty, suitable for use within a commercial laundry
environment. Equipment shall be certified with a CE mark as required to confirm that
they comply with relevant European Directives.
2. The performance, as specified, shall be in line with the expected level of operation
within this building. It should be noted that the laundry will be operational for a
minimum of 10 hours per day and usually for up to 12 hours per day.
3. The following features are considered by the Client to be of importance, and the
Specialist Laundry Equipment Contractor shall ensure that equipment supplied meets
the highest level of:
a. Quality of materials
b. Fuel efficiency
c. Ease of operation
d. Health & safety features
K. Supervision: The Specialist Laundry Equipment Contractor shall provide the services of a
qualified supervisor who is fully conversant with the details of the works and is conversant in
the erection of Specialist Laundry Equipment. The supervisor shall supervise and control the
work during the whole of the installation period (during all phases of construction) and attend
such meetings as requested by the Engineer.

© 01 International W.L.L Laundry Equipment


11110-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

L. Builder's Work Requirements: The successful Tenderer shall be expected to carry out early
"Builder's Work in Connection" co-ordination to ensure that holes and chases for drains,
gulleys and other connections, are correctly located in relation to equipment to be supplied in
this Package.
M. Production of Installation/Working Drawings:
1. The Specialist Laundry Equipment Contractor shall prepare and submit to the
Contract Administrator sets of accurately dimensioned detailed layout drawings of
equipment, fabrication and other details of the works as necessary to supplement the
information shown on the drawings. They shall be fully co-ordinated
installation/working drawings, co-ordinated with the works of other trades.
2. Any working drawings produced by the Specialist Laundry Equipment Contractor
must be forwarded for comment and authorisation to the Contract Administrator,
Design Team, Engineer and concerned trades before works commence.
3. They shall be submitted for authorisation to ensure correct interpretation of this
specification and associated design drawings. This procedure shall not invalidate or
exempt the Specialist Laundry Equipment Contractor's responsibility for accuracy or
correctness. Any comment the Design Team, Engineer or concerned trades may make
will be advisory only and solely for the consideration of, and assessment by, the
Specialist Laundry Equipment Contractor. The comments shall not relieve the
Contractor of his responsibility for the suitability and correctness of his designs and
his other contractual obligations.
4. The Specialist Laundry Equipment Contractor shall submit detailed dimensioned shop
drawings and diagrams for the items listed in the detailed specification, Part B. These
shall be new drawings prepared specifically to suit the requirements of this contract.
When preparing the drawings the Specialist Laundry Equipment Contractor shall
establish lines and levels for the work specified and check the drawings to avoid
interference with structural features, services pipe work and other elements.
5. Shop drawings are to be at a minimum scale of 1:20, with detail at 1:10 and 1:5 and
shall include:
a. Dimensioned layout drawings at a scale of 1:20.
b. Dimensioned layout and elevation drawings at a scale of 1:20 showing:
(1) Dimensioned builder's work.
(2) Dimensioned Mechanical and Electrical connection positions
required for the equipment.
(3) Dimensioned electrical switchgear positions required for the
equipment.
c. Dimensioned working/fabrication drawings at a scale of not less than 1:20,
incorporating:
(1) All materials products, components, assemblies, etc. The drawings
must indicate the type and thickness of materials, the arrangement
of components, jointing, fixing and details, sealant, extrusions,
finishes and all other pertinent information. In a number of
instances in is anticipated that these working drawings will be full
size or 1:5 scale.
(2) The location of all component parts, method of assembly and fixing.
Dimensional relationship with adjacent elements, components or
materials, indicating the permissible deviations.
d. Plans and sections showing any required builder's work, including sizes and
position of any holes in the structure. This information must be provided in
sufficient time to meet the needs of the Client’s construction programme.

© 01 International W.L.L Laundry Equipment


11110-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

N. Design and Co-ordination: The Specialist Laundry Equipment Contractor shall:


1. Complete the design and detailing of the work, and provide complete production
information, including, as appropriate, fabrication and installation drawings, all design
calculations, specifications, etc, based on the drawings, this specification, and other
information provided. Liaise with others as necessary, to help ensure co-ordination of
the work with related building elements and services.
2. Request additional information as necessary from the Contract Administrator and
provide information as necessary in time to meet the programme.
3. Submit sufficient copies of the design/production information, including six (6) copies
for the Design/Contract Team, who will check the design/production information and
submit comments to the Client.
4. The Contract Administrator shall inspect the design/production information, record
comments and return them. The Contract Administrator requires ten working days for
such examination of design/production information.
5. Make any necessary amendments in accordance with any comments of the Contract
Administrator, without delay. Unless and until it is confirmed that re-submission is
not required, re-submit for further checking and comment, and incorporate any
necessary further amendments all as before.
6. If submitted design/production information differs from the requirements of the
Tender documents/Contract documents as applicable, each such difference must be
the subject of a request for substitution or variation, supported by all relevant
information.
7. Should any amendment to design/production information, required by the Contract
Administrator, be considered to involve a variation which has not already been
acknowledged as a variation by the Contract Administrator then the Contract
Administrator must be notified without delay, and in any case within seven days. The
Specialist Laundry Equipment Contractor shall not proceed with ordering, fabrication,
or fixing until subsequently instructed. Claims for the extra cost of such work, if made
after it has been carried out, may not be allowed.
8. Submit sufficient copies of final version of design/production information, including
six copies for the Client and Design Team, shall be submitted to the Contract
Administrator for distribution to all affected parties.
O. Co-ordination with Other Contractors: The Specialist Laundry Equipment Contractor is
expected to liaise fully with the other Contractors (Main Contractor, Mechanical Contractor,
Electrical Contractor, etc.) to ensure that all elements of this project are carefully co-ordinated
where they interface.
P. Co-ordination with Other Services
1. The Specialist Laundry Equipment Contractor shall be responsible for the proper
roughing of all laundry equipment to be installed. Architectural and mechanical
drawings shall be checked to ascertain whether there is hidden interference with
regard to exposed plumbing and electrical routes, other than required connections to
specialist laundry equipment.
2. If the Specialist Laundry Equipment Contractor fails to check drawings as required,
then after delivery, and without cost to the Employer, any necessary cut-outs within
equipment shall be made to complete the proper installation to the satisfaction of the
Contract Administrator.
Q. Samples
1. The Specialist Laundry Equipment Contractor shall submit two (2) identical finished
samples of the materials that he proposes to use on the Contract, for written
authorization prior to the commencement of manufacture.
2. Where appropriate, samples are to be 300 mm square. Control samples shall include if
appropriate:

© 01 International W.L.L Laundry Equipment


11110-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Stainless Steel Finish - Tables


b. Stainless Steel Tube - Tables
c. Typical Up stand Detail - Tables and Sinks
d. Typical Edge Detail - Square Section
e. Typical Edge Detail - Bullnosed/Radiused Section
f. Anti-drip Moulding to Sinks
g. Taps (Sink Bowls)
h. Taps (Wash Hand Basins)
i. Waste Outlets and Corner Strainers
j. Lever Gate Valve Assemblies
k. Adjustable Foot/Leg - Sinks and Benches
l. Castors
R. Inspection of Equipment during Manufacture: The Contract Administrator/Client’s
Representative Team including the Laundry Design Consultant, shall visit the fabrication
works at any time during manufacture, to assess progress and the quality of work.
S. Setting Out of the Works
1. The Specialist Laundry Equipment Contractor shall be responsible for setting out all
items associated with the laundry equipment installation and for ensuring that
equipment is fixed correctly in relation to the building or any special features/fittings
attached to it.
2. Fixed items shall be erected plumb in the position detailed within a tolerance of
1:1000 with a maximum divergence from the true position of +/-10mm, except where
otherwise detailed in the specification. Dimensions for setting out shall not be scaled
from drawings. The dimensions given in this specification are approximate only, and
in all cases where equipment is intended to occupy fixed locations and spaces, the
physical conditions of the building are to control the absolute sizes.
3. The Specialist Laundry Equipment Contractor shall be responsible for taking and/or
agreeing all necessary site measurements and shall ensure that all specially
manufactured items are fabricated to those measurements. Where requested, the
Specialist Laundry Equipment Contractor shall provide timber templates, free of
charge, to assist with setting-out/co-ordination.
4. The installation shall be completed to ensure that the equipment can be easily cleaned
and maintained to standards acceptable to an Environmental Health Officer.
Equipment which is located against walls shall be either fitted with a 130mm high
upstand and sealed to prevent ingress of dirt (using a food compatible sealing
material) or located such that cleaning to the rear can be periodically achieved.
T. Installation: The Laundry Equipment Package Contractor shall supply, deliver, move into
position from delivery point, install and commission all items of laundry equipment to services
terminated with an isolating valve, electrical isolator, or tail within 2000mm of the final
connection points. The installation is to be completed using materials that are appropriate for
the purpose and comply with all current regulations regarding their use.
U. Materials and Standard of Work
1. The Client considers the aesthetic character of this project as being of great
importance. The Specialist Laundry Equipment Contractor shall not cut, drill or
otherwise alter the works of other Trades, or his own work to accommodate other
Trades, unless such work is clearly specified on the drawings. If such alterations are
required, written approval from the Contract Administrator must be obtained for such
alterations.

© 01 International W.L.L Laundry Equipment


11110-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Where, in the opinion of the Contract Administrator, the finished works or the
materials or standard of work of any part of the works fails to comply with this
specification that part of the works will not be accepted and will be deemed to be
defective work.
V. Fire Precautions:
1. The Specialist Laundry Equipment Contractor shall ensure that safe methods of
working are adhered to when using any equipment or materials that may involve
danger to life or property. He shall take all necessary precautions to safeguard against
damage by fire or explosion where the execution of the work may involve the
presence of flame or sparks.
2. Petroleum products and other inflammable or vaporising liquids, gases or solids shall
only be used in accordance with the regulations applicable to storage and use of these
products.
3. All flammable material, gas cylinders and the like, shall be locked into a purpose-
made/constructed enclosure, in accordance with the Contract Administrator, Local
Authority Fire Officer and Health and Safety Executive requirements. The Specialist
Laundry Equipment Contractor shall be responsible for the transfer of these materials
to/from the enclosure.
W. Equipment Protection:
1. The Tenderer shall include for the full protection of equipment during delivery,
storage and both during and after installation. Aside from the plastic film protection
provided to stainless steel sheet, additional protection is to be provided in the form of
plywood, MDF or Corex. Polythene shrink-wrapping and cardboard packaging alone
is not acceptable. The protection shall be carried out to the satisfaction of the Contract
Administrator.
2. Any damage caused by the lack of appropriate protection being applied shall be the
responsibility of the Specialist Laundry Equipment Contractor and shall be made
good, to the satisfaction of the Contract Administrator, at the Specialist Laundry
Equipment Contractor's expense.
X. Cleaning of Materials and the Works
1. The Specialist Laundry Equipment Contractor shall clean each item of the Laundry
Equipment Contract works immediately prior to practical completion and project
handover. This clean shall ensure that equipment is clean and free from plastic
coatings, dust, dirt, moisture or other foreign matter. Suitably trained and qualified
personnel shall carry out the clean.
2. Any damage caused by the foregoing conditions not having been achieved shall be the
responsibility of the Specialist Laundry Equipment Contractor and shall be made
good, to the satisfaction of the Architect/Client’s Representative, at the Specialist
Laundry Equipment Contractor's expense.
Z. Operation and Maintenance Manuals and 'As Built' Drawings
1. Three (3) sets of the Manufacturer's Operating and Maintenance Guides together with
'As Built Drawings' shall be handed to the Client at the time of handover or within a
period not exceeding four weeks after the successful handing-over of the project.
2. A draft of the manual shall be submitted for authorization 6 weeks prior to handover.
Data and drawings are to be provided both as hard copies and also electronically on
CD discs.
3. The Manufacturer’s Operation and Maintenance Guides and the 'As fitted' drawings
shall be suitably bound in a hard-backed ring binder, having an index for ease of
reference. Data and drawings are also to be provided electronically on CD discs.
4. The Operation and Maintenance Manual shall have the following sections:

© 01 International W.L.L Laundry Equipment


11110-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Operating guides, sub-divided into areas with a key and location drawing.
b. List of precautionary safety measures, encompassing responsibilities within
CDM regulations.
c. Glossary of names and addresses of suppliers.
d. Detailed maintenance information, including wiring diagrams.
e. List of recommended spare parts.
f. Certification of completion of commissioning.
5. Keys: At handover keys shall be handed to the Client. They shall be keys tagged with
an equipment reference for ease of identification.
AA. Commissioning
1. In respect to all major items of equipment, commissioning shall be carried out by
engineers employed by the equipment manufacturer or trained by the manufacturer for
such commissioning activities. In respect to the later, certification of training shall be
provided. This requirement applies without exception to all ventilation canopies, ware
washing equipment, cooking equipment and refrigeration equipment.
2. Once the equipment under this contract has been erected, positioned and connected to
services, it is this Laundry Equipment Sub Contractor's responsibility to fully test and
commission both the equipment and services connections. Where it is felt to be
beneficial, because of specialist knowledge, the Sub Contractor shall seek the
assistance of the Manufacturer's Representative/Service Agent.
3. The object of this testing is for the Sub Contractor to confirm to the Main
Contractor/Client’s Representative that the equipment is:
a. Free from all manufacturing defects, including leaks, blockages, component
failures, etc.
b. Connected to all necessary services, and that these services are adequate to
provide the equipment with the required power, water, waste and ventilation
under full capacity working conditions.
c. Completely safe to operate.
d. Functioning to the manufacturers, and/or specification, performance criteria.
e. Will pass any subsequent testing from outside agencies, e.g., Insurance,
Public Health, Water Authority, etc.
4. Before testing/commissioning commences, the following shall be confirmed in
writing:
a. All services are available with any pressure tests, chlorination periods and
the like complete.
b. Seven days notification, to the Main Contractor/Client’s Representative, that
commissioning will commence.
c. Operation of the equipment for the purposes of testing will not affect the
commencement of the extended warranty period.
d. No engineers will operate or adjust the equipment unless they are fully
conversant with the item, have studied the manual, and are not infringing any
Health and Safety at Work Regulations.
5. The Sub Contractor must allow all equipment to operate until fully warmed up/bedded
in, and should endeavour to operate all items at full capacity, simultaneously. It
should be recognised that this procedure takes time, and this should be allowed for in
any works programme.

© 01 International W.L.L Laundry Equipment


11110-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6. Once the equipment is fully warmed up, all final balancing, adjustments, valve
settings, etc., shall be made and Test Certificates shall be completed. The Main
Contractor/Client’s Representative should then be notified, in writing, that all
equipment is fully tested.
7. Any specially fabricated equipment shall be tested before it leaves the manufacturer's
works, but should also be re-tested on site.
8. Continuity of programme for testing should not be assumed.
9. Immediately before the expiry date of the Defects Liability Period, the Sub Contractor
shall re-visit site to demonstrate that the installation is still functioning efficiently.
10. Under no circumstances shall the installation be used for any purpose other than those
listed above, and under no circumstances should any other contractor or laundry
operative be allowed to tamper with the equipment.
11. The Main Contractor/Client’s Representative shall witness all testing and
commissioning and shall have access at all reasonable times to such parts of the Sub
Contractor's works and of any sub-contractors' and suppliers' works as may be
necessary for the purpose of inspecting, examining and testing the materials,
workmanship and performance of the plant.
12. The Sub Contractor shall give the Main Contractor/Client’s Representative seven
days' written notice of the intention to carry out any test, and shall have carried out all
necessary adjustments prior to commencing such test.
13. In the event of the Works being incomplete and causing a postponement of the
notified test date, of the installation failing to pass the test or commissioning, the
Main Contractor/Client’s Representative shall be at liberty to deduct from the Sub
Contractor's account reasonable costs and expenses incurred by the Main
Contractor/Client’s Representative in having his representative attending the
repetitions of the test.
BB. Hygienic Deep Clean:
1. Immediately prior to handover the Laundry Equipment Contractor is to undertake a
hygienic deep clean of all laundry areas included in this contract.
2. Surfaces and structures are to be cleaned using effective degreasing and sterilizing
products that have been analyzed to BS3286 standards to remove dust, dirt and grease
from work surfaces, walls, floors, ceilings and less accessible areas such as pipes.
CC. Project Close-Out: The Specialist Laundry Equipment Contractor shall make allowance as
necessary to fill out and carry tests as required to comply with Oman Municipality specific
commissioning requirements and forms.
DD. Staff Training
1. Prior to commencement of operation of each area, and on completion of
commissioning, the Specialist Laundry Equipment Contractor shall organize a
minimum of two training sessions for laundry staff over two separate days, at a
mutually convenient time.
2. The Laundry Equipment Contractor shall also have a supervisor conversant with the
works in attendance at all times during the staff training period. The Contractor shall
co-ordinate the scheduling of staff training via the Contract Administrator. The
operating and maintenance manuals are to be supplied during the training sessions and
used as the base material for training. The Specialist Laundry Equipment Contractor
shall satisfy himself that the Client’s staff are capable of taking over the installation.
3. Special reference should be made to the Oman Municipality specific requirements in
respect to training, which shall be recorded for the future use of the Client.
EE. Opening of Facilities: The Specialist Laundry Equipment Contractor shall allow for the
attendance of a fully qualified engineer conversant with the installation over 3 days after the
opening of the laundry.

© 01 International W.L.L Laundry Equipment


11110-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

FF. Equipment Warranty


1. As minimum 2-years parts and labor warranty shall be provided for all items of
equipment. This duration and coverage of equipment warranty shall be the
manufacturer standard warranty on the condition that it, as a minimum, meets or
exceeds the requirements specified in the contract document, failing that, the warranty
shall be in accordance with the conditions stipulated in contract document.
GG. Spare Parts
1. The Laundry Equipment Contractor shall advise a separate price for the supply of a
complete compliment of those spare parts as recommended by each manufacturer for
the entire installation to permit the continued use of each appliance.
2. The spare parts shall be held on site for draw-down as necessary by the Specialist
Laundry Equipment Contractor during the first and second year warranty period and
thereafter for draw down by nominated service engineers. The spare parts shall all be
fully catalogued, indexed and sorted according to the equipment supplier and
equipment type.
3. Any spare parts used that are covered by the manufacturer’s warranty shall be
replaced by the Laundry Equipment Contractor.
HH. Maintenance
1. The Laundry Equipment Contractor shall provide a separate price to directly provide
comprehensive after sales support for the equipment supplied within this contract
covering routine maintenance repairs and further operator training for a period of 2-
years after handover.
2. This is to include a comprehensive preventative maintenance programme to ensure the
safe and efficient operation of the laundry equipment and reduce the risk of
unexpected breakdown of key appliances. Servicing is to occur during 'off peak'
periods, overnight or at weekends to suit the laundry schedule. Service and repairs is
to always be carried out by factory trained and equipped engineers.
3. There are to be a minimum of two planned inspection visits per year and the
maintenance provision is to also include the cost of all labor and travelling for
emergency visits which may be needed outside planned visits. Equipment is to be
covered against all mechanical and electrical failures, inclusive of all labor and any
parts used for two years after handover.
5. Each machine is to have its own unique checklist which is to include:
a. Calibration of moving parts
b. Calibration of thermostats
c. Lubrication where necessary
d. De-scaling of equipment
e. Electric safety checks
1.02 RELATED WORKS BY OTHERS
A. This section comprises the works that will be complete or be in the process of completion by
other Trades at the time of installation by the Specialist Laundry Equipment Contractor.
B. The Main Contractor or his Package Contractors will be responsible for:
1. The building and building finishes, including walls, floors, ceilings and paintwork.
2. The provision of the first and second fix electrical installation up to and including
suitable agreed connection points.
3. The provision of all mechanical services, including but not limited to, water and waste
services, ventilation ductwork and plant, Steam, condensate and waste pipe work up
to and including suitable terminations in agreed positions, approximately two meters
from the point of connection.
4. All terminations for services will be not greater than two meters from the final
connection point on the sited equipment.

© 01 International W.L.L Laundry Equipment


11110-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. All services except where specified to the contrary or where agreed by the Contract
Administrator, shall be concealed, thereby providing a completely flush installation.
Exposed water and waste pipe runs shall be eliminated or minimized wherever
practical.
6. All exposed pipe work shall be self-finished in Polybutylene or High Density
Polyethylene (HDPE), Chromed Copper or stainless steel according to the specific
area of installation.
1.03 LAUNDRY ELECTRICAL SERVICES
A. General
1. This section of the specification describes the standard of materials to be used and the
method of installation. It shall be read in conjunction with each of the other sections
of this specification and in conjunction with other building electrical specifications
and services drawings.
2. The Specialist Laundry Equipment Contractor shall provide and install everything
necessary to complete the final connections to all equipment, from terminated services
provided by others, to within 1000mm of each item or range of equipment, complying
with the IEE regulations latest edition and in accordance to the latest addition of
Oman Municipality regulations.
3. Should any portion of the works, which would reasonably and obviously be inferred
as necessary, but not be expressly shown or specified, then the Specialist Laundry
Equipment Contractor shall provide and execute such works as an essential part of the
contract.
4. The final connections, where applicable, must comply in every respect with current
Regulations and recommendations of the statutory bodies and supply authorities.
5. The Specialist Laundry Equipment Contractor shall liaise and co-ordinate with the
Electrical Services Contractor to ensure that:
a. The position of service risers and outlets are correctly co-ordinated with
equipment items.
b. The terminations to all services provided by others are correctly specified to
enable the final connections to be made.
c. The voltage and capacities of services provided are correct for each item of
equipment. Any variations between the allowances shown on design intent
drawings and provisions required by the Specialist Laundry Equipment
Package Contractor shall be identified, and documented, with supporting
information.
d. All safety interlocks and devices are properly installed and operate correctly.
B. Labeling and Identification within Service Distribution Units and Fabricated Counter
Equipment
1. All switchgear, control panels, distribution boards and isolating switches mounted
within equipment shall be identified as to their functions and operating voltage.
2. Information labels shall have black letters on a white background. The lettering shall
be 5 mm high for distribution boards, local isolators and individual components of
switch panels. Warning labels shall be red with white filled lettering. All labels shall
be securely fixed to the equipment.
3. Distribution boards shall be fitted with circuit lists, detailing each circuit number,
MCB rating, equipment and/or service controlled and circuit wiring cross sectional
area. Unused circuit ways shall be indicated as "Spare Way". Circuit diagrams etc.
shall be detailed within the operation and Maintenance Manuals.
C. Cables – General: All cables used to complete final connections shall be manufactured to the
relevant European and Omani Standards and shall, unless specified to the contrary, have
copper conductors.

© 01 International W.L.L Laundry Equipment


11110-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. General Purpose Socket Outlets Fixed to Counters/Fabricated Items:


1. General-purpose socket outlets shall be stainless steel finish splash-proof 13 ampere
square pin sockets as specified, complying with current Regulations. Where indicated,
they shall be fitted with switches, indication lights and flex outlet facilities. In all
cases sockets shall be installed vertically.
2. Where the Specialist Laundry Equipment Contractor carries out final connections to
equipment, a 13 amp plug top, of the finger shield type, deemed rough usage and
manufactured from impact resistant white or black plastic shall be provided.
E. Earthling and Bonding: The Specialist Laundry Equipment Contractor shall incorporate all
measures for earth continuity and provide all necessary bonding lugs and tags associated with
the electrical installation that forms part of these works. All to meet the standards of the local
supply authorities and to comply with the requirements of the IEE Wiring Regulations current
Edition and to satisfy all current Regulations. Connection to bonding tags will be by others
unless otherwise detailed.
F. Testing and Commissioning
1. The Contract Administrator shall witness all testing and commissioning and shall
have access at all reasonable times to such parts of the Specialist Laundry Equipment
Contractor’s works and of his suppliers’ works. All as may be necessary for the
purpose of inspecting, examining and testing the materials, workmanship and
performance of the plant.
2. Testing and commissioning shall include, but not be limited to, the witnessed
operation of each piece of equipment, running through the full range of features
exhibited by each item. The Specialist Laundry Equipment Contractor shall give the
Contract Administrator seven days written notice of his intention to carry out any test
and shall have carried out all necessary adjustments prior to commencing such test.
3. The Specialist Laundry Equipment Contractor shall allow for testing and
commissioning the installation in sections as may be required in order to conform to
the Contract Administrator's programme.
4. The Specialist Laundry Equipment Contractor shall include for, and co-ordinate the
testing and commissioning of, specialist systems as called for within the specification.
G. Manufacturer’s Test Certificates: Where systems are commissioned by the manufacturers of
the equipment, the Specialist Laundry Equipment Contractor shall obtain certified Test
Certificates covering the relevant part of the works. The Certificates shall be incorporated
within the maintenance manual.
1.04 LAUNDRY MECHANICAL SERVICES
A. General
1. This mechanical services specification describes the standard of materials to be used
in conjunction with each of the other sections of the specification.
2. The Specialist Laundry Equipment Contractor shall provide and install everything
necessary to complete the final connections to all equipment, from terminated services
provided by others, terminated within 2000mm of each item or range of equipment.
3. Should any portion of the works, which would reasonably and obviously be inferred
as necessary, but not be expressly shown or specified, the Specialist Laundry
Equipment Contractor shall provide and execute such works as an essential part of the
contract.
4. The whole installation must comply in every respect with relevant British Standards
and Chartered Institution of Building Services Engineers (CIBSE) codes together with
the regulations and recommendations of all Statutory Bodies, Supply Authorities and
the Fire Officer. If there are any discrepancies between the specification and Statutory
or Supply Authority requirements, the Statutory or Supply Authority shall override.
The Contract Administrator shall be informed at the earliest time of any such

© 01 International W.L.L Laundry Equipment


11110-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Installation of Pipe Services Generally


1. The works within this Sub Contract shall comprise the routing of pipe work from
terminated supplies to plumbed items of equipment and connecting to services
voids/high level terminations and to waste services to within 2 meters including traps,
roding eyes, etc. as necessary.
2. All visible water services pipe work shall be finished in stainless steel. All waste
services pipe work shall be include traps and roding eyes as necessary. Waste traps to
be deep seal type.
3. This Laundry Equipment Sub Contractor shall install these services as indicated on
the drawings and as required to suit the equipment. Where appropriate, final
connection pipe work shall be supported using proprietary hangers and brackets.
Connections between equipment and supply pipe work shall be made as unobtrusive
as possible and shall be located to permit the hygienic maintenance of the laundry
areas.
4. Pipes shall be fixed so that they do not to rest on the floor or present a hazard by
intruding into walkways etc. Water pipe services shall comply with the requirements
of the local water supply Company and current Regulations, particularly with respect
to the provision of ‘Type A’ air gaps to prevent back flow.
C. Plumbing Materials: The materials for the piped final connections shall be in accordance with
the following table and shall not be varied without prior written permission:
Service Material
Visible Hot and Cold
Water Services: Where practical, all visible water services shall be connected to
the appliance from adjacent terminated supplies using flexible
couplings that have a stainless steel braid finish with PVC
coating. The couplings shall be installed complete with quick-
disconnect valves to allow easy disconnection of the water supply
and prevent residual water escaping from the equipment. Where
the use of fixed piping is necessary, the pipes shall be finished in
stainless steel. The pipes are to be smooth and free from
longitudinal grooving or other surface defects. They are to be
covered under a 25-year guarantee given by the manufacturer and
to bear a kitemark.
Concealed Hot and Cold
Water Services Where practical, all visible water services shall be connected to
the appliance from adjacent terminated supplies using flexible
couplings that have a stainless steel braid finish with PVC
coating. The couplings shall be installed complete with quick-
disconnect valves to allow easy disconnection of the water supply
and prevent residual water escaping from the equipment.
Concealed Hot and Cold
Water Services: Where the use of fixed piping is necessary, all concealed water
services shall be routed in copper. To be smooth and free from
longitudinal grooving or other surface defects. Tubes are to be
covered under a 25-year guarantee given by the manufacturer and
to bear the kitemark of the BSI.
Hot and Cold
Water Services: Fittings up to and including 67mm diameter shall be capillary
type, with integral soft solder. Fittings 76mm diameter and above
shall be wedge ring type.

© 01 International W.L.L Laundry Equipment


11110-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Visible Foul Drainage


Pipe work: All waste services shall be routed in High Density Polyethylene
(HDPE), unless the water discharged is at a high temperature,
when chromed copper pipes shall be used.
Concealed Foul
Drainage Pipe work Concealed pipe work is to be routed in High Density
Polyethylene (HDPE) or copper. The copper pipe work shall be
smooth and free from surface defects or longitudinal grooving.
The pipes shall be covered under a 25-year guarantee given by
the manufacturer and shall bear a quality stamp or kitemark.
Where it is necessary, the Contractor shall, subject to prior
agreement, install formed bends. All pipe work fittings shall be of
the swept pattern.

Connections to Other

Materials: Connections between High Density Polyethylene (HDPE) or


copper and pipe work of a different material shall be carried out
using the relevant pipe work manufacturer’s standard transition
fittings, samples for which shall be submitted for review.

Traps: Traps shall be included within the installation of all sinks and
basins and shall be manufactured from stainless steel. Traps shall
be 'bottle' or 's' type and have a minimum 76mm water seal and
shall be fitted with disconnecting couplings or removable bases
for cleaning purposes.

D. Drains and Overflows on Equipment: The Specialist Laundry Equipment Contractor shall
install all drainage pipe work in full accordance with the local authority Drainage-By-Laws,
Water Research Council guidelines and other relevant statutory requirements. All waste outlets
shall be fitted with a trap having a water seal of 75mm or shall run to a tundish also fitted with
a similar trap.
E. Taps:
1. All taps, valves and flexible hose fittings shall generally be 15-19mm diameter. In all
instances they shall be polished chromium plated finish and be designed for
conventional deck mounting, unless specified otherwise. All taps, valves and flexible
hose fittings shall be approved by the Local Water Authority and Water Research
Council.
2. The taps shall be supplied with vandal resistant handles with all wearing parts easily
removed for cleaning, replacement or repair.
3. Handles shall be heavy-duty solid type, star headed by Trecorn, with a 2¼ turn,
conventional screw down valve and non-rising spindle headworks unless specified
otherwise. Connection shall be hot on left and cold on right. Sink taps shall be pillar
pattern sink mixer taps with 200mm dual flow swivel spouts (Pegler 2523, Barking
Grohe or equal), mounted to the rear of each sink bowl and located on the raised tap
ledge of the table. Basin taps shall be lever action, supplied with 100mm levers unless
otherwise specified.
4. Laundry taps for other applications shown within the itemized schedule of equipment
shall be suitable models of Pegler or Barking Grohe manufacture or equal and
approved.

© 01 International W.L.L Laundry Equipment


11110-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.05 LAUNDRY STEAM SERVICES


A. General
1. The steam shall be generated via a Central boiler system sited in the plant room.
2. Distribution pipe work shall transport the steam from the plant room to the Laundry
Equipment via the ceiling void.
3. The steam shall have all safety devices and steam traps installed
B. Pipe Work: Pipe work shall be in accordance with the following specification:
1. Pipe work shall comply with BS 1387 heavy grade black steel.
2. All pipe sections shall be joined via welded flanges as detailed in Part 3M of the
specification and to BS 4504 PN16 c/w gaskets.
3. All pipe work shall be run in the ceiling void and laid to fall towards steam traps.
4. The pipe work shall be supported as described in Part 3M of this specification.
5. Thermal expansion shall be formed in the pipe work, flexible couplings shall not be
used. The expansion loop is to be anchored to direct the expansion and roller guides
shall be used.
6. Pipe work shall be painted with two coats of red oxide paint upon completion.
7. All valves and fittings shall be suitable for the temperatures and pressures.
C. Insulation: Following completion and pressure testing thermal insulation shall be applied.
D. Steam Traps
1. Steam traps shall be sited at regular intervals and at the bottom of all drops to remove
condensate from the steam pipe work.
2. The steam traps shall be float type and shall be fitted in conjunction with a strainer
and sight glass.
E. Condensate: Condensate from steam traps shall be collected together in header pipes and run to
fall towards a condensate pump for returning to the condensate receiver.
F. Pressure Reduction
1. The steam pressure shall be reduced to a suitable pressure for connection to the
selected equipment.
2. The pressure shall be reduced utilising a pressure reducing valve. The valve shall be
installed with all the necessary separators, stop valves, safety valves, strainers, steam
traps and gauges.
G. Flushing: Flushing shall be to the following specification:
1. Upon completion of the works and prior to any commissioning taking place, allow for
flushing the complete stem system in accordance with BSRIA Code of Practice.
2. A full report shall be submitted upon completion of flushing together with a certificate
of water quality.
3. A flushing loop shall be installed around the cooking kettles.
4. A line size flushing loop shall be installed within the steam pipe work.
5. A dedicated pump shall be employed in order for the flushing velocities to be
achieved.
H. Testing and Commissioning:
1. The Specialist Laundry Equipment Contractor will allow for commissioning only by a
specialist commissioning contractor, in accordance with the specification, all to result
in a fully functioning system.

© 01 International W.L.L Laundry Equipment


11110-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. The Contract Administrator shall witness all testing and commissioning and shall
have access at all reasonable times to such parts of the Specialist Laundry Equipment
Contract works and of his suppliers’ works. All as may be necessary for the purpose
of inspecting, examining and testing the materials, workmanship and performance of
the plant.
3. Testing and commissioning shall include but not be limited to the witnessed operation
of each piece of equipment, running through the full range of features exhibited by
each item.
4. The Specialist Laundry Equipment Contractor shall give the Contract Administrator
seven days written notice of his intention to carry out any test and shall have carried
out all necessary adjustments prior to commencing such test.
5. The Specialist Laundry Equipment Contractor shall allow for testing and
commissioning the installation in sections as required in order to conform with the
Contract Administrator programme. This shall include for and co-ordinate the testing
and commissioning of specialist systems as called for under the specification.
I. Manufacturer's Test Certificates: Where systems are commissioned by the manufacturer of
specific equipment items, the Specialist Laundry Equipment Contractor shall obtain certified
Test Certificates covering the part of the works. The Certificates shall be incorporated within
the operation and maintenance manual.
1.06 LAUNDRY FABRICATED EQUIPMENT: GENERAL SPECIFICATION
A. General
1. The Specialist Laundry Equipment Contractor and his specialist supplier shall be
responsible for the design of the items specified and for the selection of suitable and
appropriate components to suit the conditions specified.
2. The specialist stainless steel fabricated items shall all be the product of one
manufacturer to ensure consistency of design details and components.
3. All specialist stainless steel fabricated items shall be designed and manufactured to
have a safe, hygienic finish, be capable of being easily cleaned and be suitable for use
in a heavy duty-laundry environment.
B. Materials and Finishes
1. Construction: All stainless steel used within fabricated equipment shall be type 304-
grade S15 superior corrosion resistant, finished to DP1. To be 2mm or 1.6mm thick
(14 or 16 gauge) as specified in the item specification. Edges shall generally be
bullnosed/radiused with a return edge, 55mm deep, unless otherwise specified.
Upstands shall be boxed, 130mm high with a full depth boxed return to the rear and
an angled return to the top.
2. Tops: The tops of all tables, shelves, exterior panels of fixtures, cabinet type doors
and drain boards shall all be constructed from a single sheet of metal, wherever
available standard sheet size permits. Where size of equipment requires the use of
more than one sheet of metal, sheets shall be butt jointed with all joints having a
continuous site weld for their full length. No joint shall be less than 500mm from an
edge or end of a piece of equipment.
3. Item Size: The item framework, tops and any panelling shall be constructed to
dimensions that allow the items to be delivered into the building and to their final
installed location. The items shall not require the application of manual cutting gear
such as saws, chisels and the like.
a. The items shall be joined in a manner that allows them to be dismantled and
removed from their locations in the future without the need to make
alterations to the structure of the building.
4. Joints: Joints in stainless steel worktops shall be designed so as to achieve a water,
grease and bacteria/vermin-proof surface.

© 01 International W.L.L Laundry Equipment


11110-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Joint Detail: The two corresponding edges of site joints shall match in profile or
sections and all horizontal or vertical surfaces shall be flush, in alignment and site
welded.
6. Fastenings on Exposed Surfaces: To be welded, ground smooth, and polished to
match the adjoining surfaces. The polished grain on all working surfaces of each item
of equipment shall run parallel to the length of the equipment. Adjoining items of
equipment shall have the grain running in the same direction. Below worktop level all
surfaces shall have the grain running horizontally. Capping or joining strips shall be
DP1 finish with the grain running vertically.
7. Stainless Steel Tubing: To be 1.5mm thick. Where used as legs, tubing shall be 38-
40mm overall square or round section. Where used as framing to counters and as
bracing to tables, tubing shall be 25-30mm overall square or round section. The use of
square or round tubing is as detailed in the itemised specification.
a. Tubing shall be seamless drawn or seam welded, ground and polished
smooth finish. All joints between legs and attachments to equipment shall be
welded, ground smooth and polished. Whenever joints are required to be
welded, they shall be ground and polished finished.
8. All Hardware/Fittings: All hardware, and other fittings used in connection with the
equipment shall be stainless steel, unless such fittings are unobtainable, when chrome
plated brass or bonze may be submitted for approval.
9. Handles and Drawer Pulls: To be folded pattern, formed integrally to the door/drawer
front. Drawer pulls shall run horizontally. Door pulls shall run vertically.
10. Handles: Where handles are required to be fixed to materials other than metal they
shall be Standard-Kiel model 12270 or similar approved and fixed using stainless
steel screw/bolts as appropriate.
11. Hinges: Hinges shall be concealed type in nickel bronze or heavy stainless steel
material. Hinges may be welded or bolted to the doors and bodies. Bolts shall be
stainless steel. Alternatively the hinges may be fastened with stainless steel,
countersunk rivets, ground flush and polished smooth.
12. Locks: To be stainless steel heavy duty, Fermod or equal and approved.
13. Feet: To be 180mm high bullet stainless steel heavy-duty adjustable type.
14. Castors: To be 125mm diameter (unless otherwise specified), non-marking heavy-
duty type, braked as specified. All castors are to be designed for use on a hard floor
and are to have a hard noise-dampening wheel with a polyamide tread and a soft
rubber core (model: HUR). The castors are to be non-marking and leave no
discolouration behind as they travel. The castors are to be washable and be
manufactured with high quality chromes steel plates, plastics and components that are
rustproof. To be suitable models from Tente International or equal and approved.
C. Welds
1. The words 'weld' or 'welded' used in this specification mean that metal joints shall be
continuously welded on the exposed parts, ground smooth and polished to match
adjoining surfaces.
2. Where metal to metal joints occur on all fabricated items, the joints shall be properly
welded.
3. All welded joints shall be homogeneous with the parent metal itself.
4. Where spot welding is necessary, the welds shall be at a maximum spacing of 75mm,
dressed smooth on visible surfaces.
5. Where tack welding is necessary, the pieces welded shall have at least 12mm length
of welding material at maximum spacing of 100mm.
6. All welding shall be done with welding rod of the same composition as the stainless
steel sheet.

© 01 International W.L.L Laundry Equipment


11110-17
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Welds shall be strong and ductile, with excess metal and any discoloration ground off
and joints finished smooth to match adjoining surfaces.
8. Welds shall be free of imperfections such as pits, runs, splatters, cracks, warping or
discolorations.
9. All exposed welded joints shall be ground flush with the adjoining materials and
neatly finished. All ground surfaces shall then be polished or buffed to match the
adjoining surfaces. Care shall be
exercised in all grinding operations to avoid excessive heating of the metal causing
metal discoloration.
10. Abrasive wheels and belts used in grinding shall be removed by successive finer
polishing. The texture of the final polishing operation shall be uniform and smooth.
11. In all cases, the grain or rough grinding shall be removed by successive finer
polishing operations. The texture of the final polishing operation shall be uniform and
smooth.
12. All exposed surfaces shall be commercial mill finish, Matt DP1 for corrosion resisting
steel.
13. Where brake bends occur, they shall be free of open texture or orange peel
appearance. Where such brake work does mark the uniform appearance of the
material, all marks shall be removed by grinding, polishing and finishing.
14. Sheared edges shall be free of burrs, fins or projections. Where miter or bullnosed
corners occur, they shall be neatly ground to a uniform condition. Over-lapping
materials are not acceptable.
15. Exposed surfaces of equipment shall be free of bolt, screw or rivet heads. Whenever
bolts are used to fasten trims to the paneling and body of warmers, counters, cabinets
and similar equipment, or to fasten tops of counters and tabletops to framing, such
bolts and screws shall be of the concealed type.
16. Where threads of bolts and screws occur on the inside of fixtures and are either visible
or might come in contact with a wiping cloth, such bolt and screw threads shall be
ground smooth so as not to create a hazard to food service employees.
D. Fixtures
1. Stainless Steel Doors: Whether hinged or sliding, doors shall be made to the full
height of the door opening.
2. Doors: To be double pan construction, braced and sound deadened. They shall be
constructed from stainless steel not less than 1mm thick throughout with all corners
welded, ground smooth and polished. All bracing shall be on proper centres to fit the
door size. Door lining panels shall be 430 stainless steel.
3. Sliding Doors: To operate on wheels running on a drawn overhead tracking that is
sloped so that the doors are self-closing. The door base shall be guided by a stainless
steel plate/pin, located at centre of the door opening. Integral folded pattern handles
shall be provided. No door length shall exceed 1000mm.
4. Pan Runners: To be provided where specified. In all instances they shall be
constructed from stainless steel and shall be secured on vertical supports with the
whole section being removable from the cabinet base/table frame for cleaning.
5. Mobile Items: The support legs shall be fitted with castors having 125mm diameter
non-marking polyurethane wheels mounted on ball race bearings, with the castor
capable of swivelling through 360 degrees. Castors shall be suitable for heavy-duty
use. All castors shall be fitted securely to the support frame of the item by means of
an expanding collar fitting which shall locate inside the legs and be secured by double
tapered screws.
6. Shelves: Where specified within the item, they shall be in 18-gauge stainless steel,
unless otherwise specified. All shelves shall have an up stand to the rear and a
turndown on the remaining edges, unless otherwise specified. All shelves shall
removable from the item frame.

© 01 International W.L.L Laundry Equipment


11110-18
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Sink Units Tops, Worktops, Tables and Tops Generally


1. Unexposed Under frames: To be formed from 32 x 32 x 3m stainless steel angle, all
welded with welds ground smooth as necessary.
2. Exposed Under frames: To comprise of 25mm diameter or square section stainless
steel tube, welded and polished, forming a support frame for enclosure panels. These
frames shall also act as vertical/horizontal dividers as and where appropriate to the
unit.
3. Leveling: A means of leveling the under frames shall be provided.
4. Tops: To be fabricated from the equivalent of 14 or 16-gauge thick material, as called
for in the item specification. Sink tops shall be fitted with local or totally surrounding
drip fillet edges. Tops shall have turndowns, measuring 50mm deep and up stands
shall be 120mm high, fully boxed and returned to the rear.
5. Cantilevered Sections: Where specified, those sections of fixed position tops that are
to be left open under for storage of mobile items shall be cantilevered off walls.
6. Sound Deadening: Tops shall be fitted with sound deadening under, being 18mm
waterproof MDF substrate finished with a 20swg (1.0mm) stainless steel lining,
turned up around the edges of the MDF.
7. Drawers: To comprise of removable stainless steel Gastronorm size (325 x 520mm)
pans, 150mm deep with the top flanged out on all sides to the drawer housing. The
drawer housing shall be made of stainless steel channels welded at the ends and to the
front. The housing supports shall be formed of stainless steel and shall extend the full
width of the top with a rear enclosure. The drawer housing shall slide on heavy-duty
proprietary telescopic channels with rollers. The mechanism shall be so designed that
the drawer will not tilt when fully open. It shall be provided with a stop mechanism
to prevent the housing from being pulled off from slides, but with a suitable extension
so that the pan may be removed for cleaning.
8. Drawer Fronts: To incorporate an integral, folded pattern horizontal drawer pull.
9. Drawer Mounting: Drawers under tabletops shall be 25mm back from the front edge
of the fixture.
10. Drawer Liners: Each drawer shall be supplied complete with 1no stainless steel
Gastronorm container 1/1 x 150mm deep unless otherwise detailed.
11. Over shelves: To be constructed from a 16 gauge, 1.6mm thick stainless steel tubular
structure, reinforced to prevent distortion and to support the shelves. The shelves shall
be turned down 30mm on front and exposed ends, turned up 50mm on edges abutting
walls, and shall be closed on the underside with stainless steel paneling.
12. Wastes: To generally be standing corner overflow pipe and strainer assemblies (unless
otherwise specified), of stainless steel construction, sized as indicated on the
drawings.
13. Lever Operated Wastes: Where lever operated wastes are specified these shall be
50mm with associated overflow outlets applicable to the operation of the unit
14. Sealant: The Laundry Equipment Contractor shall apply a polysulphide based white
colour sealant where units, tops, bases, pipes enclosures, etc., supplied in this Contract
meet with the building structure.
a. In addition to achieving a waterproof seal, the sealant shall have good
adhesive and elastic properties, be non-toxic, resistant to aqueous detergents,
dilute alkalis and dilute mineral acids, and be heat tolerant. The sealant shall
be applied using masking tape, with joints smoothed with a spatula and
surplus sealant removed. The Laundry Equipment Contractor shall satisfy
himself that the sealant shall not have an adverse reaction to materials used
either in the construction of the building or equipment.

© 01 International W.L.L Laundry Equipment


11110-19
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - ITEMISED SPECIFICATION


2.01 INTRODUCTION
A. The following sheets detail each piece of equipment which is necessary to complete the
installation as shown on the design intent drawings, together with the specific requirements for
construction, materials, optional extras, etc.
B. The items are to be supplied and installed within the Contract Period to the standards as
scheduled in Part 1. Installation to be completed to the Management Contractor’s programme.
2.02 MATERIALS
A. The specification of branded materials and of proprietary articles and systems supplied or
supplied and fixed complete by particular firms, is intended as a guide to the type of article or
quality of materials. If authorization is obtained, the Contractor may order from other sources
supplying articles or materials of equal quality. Full details of alternatives and/or samples shall
be submitted when so requested and the Design Team’s decision as to the acceptability or
otherwise of alternatives shall be final. The Contractor will be deemed to have priced the items
specified and not his proposed alternative(s).
2.03 INFORMATION TO BE SUBMITTED WITH TENDER
A. A full description of the equipment including materials, method of assembly and finishes. Any
proposed departure from the requirements of the tender documents must be clearly indicated.
B. A complete quantified breakdown of the work.
C. A full description of any builders work, special provisions or special attendance to be provided
by others, other than that already identified.
D. Full details of any accreditation held under BS 5750 (Quality Systems).
E. Proposals as to the extent and form of After-Sales service offered by the Trade-Contractor
comprising:
1. Details of maintenance and any spares, tools or equipment that should be held by the
Client.
2. Details of who should carry out any repairs or inspections required in order to
maintain the guarantee, and the maximum time of response of those authorized to
carry out repairs.
3. Details of any spare parts which will be held by the Tenderer or approved agents.
F. Tenderers shall submit a list of their proposed specialist Sub-Contractors/Service agent. This
list shall identify the specialist fabrication manufacturer, amongst others.

PART 3 - EQUIPMENT LIST


3.01 RECEIVING AND SORTING AREA
A. ITEM-1.01 Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
Basin: 350mm x 275 x 100mm deep.
Water Controls: Mixer valve with linking pipe and non-return
valve, concealed behind apron, to provide single feed supply to tap.

© 01 International W.L.L Laundry Equipment


11110-20
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Sink Fittings: Knee operated single 15mm tap and 32mm waste.
Soap Dispenser: Integral liquid soap dispenser with a 0.5L capacity.
Refuse Bin: With stainless steel housing and a refuse bin for the
collection of used paper towels. Housing dimensions 240 x 3300 x
360mm (Reference 806.409).
Up stand Panel: With a 440 x 200 x 580mm stainless steel rear
upstand panel complete with 170mm diameter paper towel
dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved)
B. ITEM-1.02: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
C. ITEM 1.03: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105 Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
D. ITEM 1.04: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
Hose: 10.5 metre hose.
Bracket: Stainless steel pivoting bracket.
Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:

© 01 International W.L.L Laundry Equipment


11110-21
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Hose: To have 15mm bore with 10.5 metre reach and built-in recoil
system. Hose to be blue colour reinforced rubber, with a food
quality liner. Reel to be mounted on a stainless steel wall mounted
pivoting bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labour.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
E. ITEM 1.05: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 2no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
Interlocked safety system.
Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or
Insect-O-Cutor: SE22 (white) + Shatterproof Lamp, or equal and
approved
F. ITEM 1.06: Low profile Platform Pallet Weighing Scale With Ramp, Capacity: 500KG
Quantity: 1no
Approximate Size: Platform: 1250mm wide x 1000mm deep x 78mm high.
Ramp: 1250mm wide x 300mm deep.
Weighing Indicator: 382mm wide x 152mm deep x 262mm high.
Ticket/Receipt Printer: 165mm wide x 320mm deep x 173mm high.
Description: 1500 kg capacity free standing low profile platform scale with
wheel on/off ramp to the front, wall mounted weighing indicator
and ticket/receipt printer on wall mountable stand.

© 01 International W.L.L Laundry Equipment


11110-22
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with:


Platform: Free-standing with hinged ramp to the front and integral
diagonally arranged fixing plates (to be screwed to the floor),
complete with integrated adjustable horizontal stops. To have a
stabilization time of 2-3 seconds and a 1500 kg capacity with 100
gram weighing intervals.
Weighing Indicator/Terminal: Mains powered weighing indicator
which reads in kg. The indicator is to be wall mounted at
approximately 1000mm above the platform and be connected to the
platform via leads. The indicator is to be in an all stainless steel
housing and achieve a protection rating of IP68. Display: There is to
be a back lit LCD display, with the facility to adjust the angle of the
display by swiveling the housing. The display is to be made up of
display fields for weight values, status and scale
specific/verification-related data. Keypad: The indicator is to
incorporate 27 key inscribed foil keypad and have 7 freely
assignable and configurable function keys to permit direct accessing
of definable weighing functions. Interfaces: The terminal is to be
fitted with a serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data exchange. To also
be connected to a thermal printer, which will be mounted adjacent.
Ticket/Receipt Printer: Printer to be supplied complete with a wall
mountable stand. It is to be wall mounted in the adjacent Goods
Receipt Office and be lead connected to the weighing indicator. The
printer is to be thermal direct transfer type, with a resolution of 8
dots/min and a printing width of 54mm.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated.
Platform Finish: To be in stainless steel (1.4301) with a chequered
surface. Strain gauge bending beam cells to be manufactured in
stainless steel (in a combination of 1.4568/1.4305 and 1.4542). The
elastic load induction is to provide good impact and vibration
damping and be self-centering. Connection leads are to be
connected using joint metalized plastic terminal boxes. The
platform is to be lead connected to the weighing indicator. Load
cells are to be protected to IP 67, with Terminal box protected to IP
68.
Weighing Indicator Housing: To be in stainless steel (1.4301). To
be protected to IP 68.
Thermal Printer Housing: To be in stainless steel (1.4301). To be
protected to IP 20.
Electrical Services: The weighing indicator and thermal printer are to both operate from
a 13amp 240volt electrical supply.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
The thermal printer is to be wall mounted in the Goods Receipt
Office and be lead connected to the weighing indicator. The leads
are to be neatly routed in stainless steel trunking to high level for
transfer above the ceiling and down to the printer location within
the office.

© 01 International W.L.L Laundry Equipment


11110-23
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: Bizerba: 2000 VE-L Platform +Ramp +Wall Mounted ST
indicator+ GLP58 Printer, or equal and approved
G. ITEM 1.07: Mobile Carts W/ 4 Wire Shelves and Poly Casters
Quantity: 2no
Approximate Size: 1524mm wide x 610mm deep x 1778mm high (excluding castors).
Description: Mobile 4-tier shelving units each with chrome plated frame and
wire shelves shelves. To be designed for a minimum of 400 kg
section load when mounted on castors.
Features: To be supplied complete with and incorporate:
Uprights: 2no 600 x 1778 mm high chrome plated uprights for 600
kg section load, 400 kg when mounted on castors.
Shelves: chrome plated wire shelves
Bracing Bars: Shelves are to be supported without the need for cross
braces. The uprights are to be fitted with 2no front and 2no rear
bracing bars if necessary, fitted at upper and lower levels between
uprights.
Special Castors: Mounted on 125mm diameter all-swivel stainless
steel non-marking heavy-duty type castors with revolving mark
proof protection buffers and a hard noise-dampening wheel with a
polyamide tread and a soft rubber core (model: HUR).
Manufacturing Detail To have a minimum weight loading of 400 kg/unit. To incorporate:
Uprights: Manufactured from round section high strength extruded
chrome plated tubing. To be fitted with support bars welded or
integrated within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The tops of the uprights are to
be fitted with plastic caps. The design of the uprights shall permit
shelving to be removed without dismantling the entire assembly.
Shelving is to be capable of being positioned in 150mm increments.
Shelves: To be chrome plated wire truss. Adjustment of shelf levels
is to be possible without the use of tools and without dismantling
the entire assembly.
Special Castors: To be 125mm diameter all-swivel stainless steel
non-marking heavy-duty type, secured by double tapered screws to
the chassis frame. The castors are to be suitable models from Tente
International or equal and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark proof
protection buffers
 Designed for use on a hard floor and to have a hard noise-
dampening wheel with a polyamide tread and a soft rubber
core designed for use on a hard floor (model: HUR).
 Non-marking and leave no discolouration behind as they
travel.
 washable
 Manufactured with high quality stainless steel stems,
plastics and rustproof components.
 Suitable for use in a low temperature environment.

© 01 International W.L.L Laundry Equipment


11110-24
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other Details: Shelving to be approved to NF Food Hygiene Standard.


The shelving units are to be fully assembled by the Catering
Equipment Contractor. The lower shelf is to be set no less than
180mm from finished floor level.
Serviceable Period: 2-year parts and labor.
Model: ADVANCE TABCO: MC2460P, or equal and approved
H. ITEM 1.08: Folding Working Table W/Laminated Top Dimensions: 2300X800X900MM
Quantity 2no
Approximate Size: 2300mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
Top: Laminated top with 55mm bull nose turndown to both leading
faces and flat turndown to sides.
Under: To be entirely open under with tie bars to the sides and
length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel.
To incorporate:
Top: 18/10 304-grade laminated top with a 55mm bull-nose to all
sides. Top to be sound proofed with 16-19mm thick rot-proof
insulated panel securely fixed under. To be reinforced to
accommodate the weight of the laundry items
Frame: Unit mounted on 38mm stainless steel frame/legs, with
25mm tie bars. Tie bars to be mounted at approximately 250mm
above finished floor level and has a special device to fold the table
Under: To be open under, with tie bars to the sides and length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
I. ITEM 1.09: Thermo-Seal Temporary Marking Machine
Quantity 1no
Approximate Size: 389mm wide x 556mm deep x 432mm high.
Description: Thermo-Seal temporary marking machine for two lines of text and
barcode
Features: Machine offers barcode printing to make the registration of items
easier and faster. If you have laundry software that is adapted to the
use of barcodes you can have the maximum benefit of this machine.
Thermo-Seal is temporary marking machine. The eleven colors are
orange, yellow, red, grey, lavender, white, green, pink, blue, gold
and tan.
Adheres to cottons, poly/cotton blends, loose weave polyester and
wools
Serviceable Period: 2-year parts and labor.
Model: THERMOPATCH, Model: Y-300, or equal and approved

© 01 International W.L.L Laundry Equipment


11110-25
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

J. ITEM 1.10: Folding Working Table W/Laminated Top Dimensions: 2000X800X900MM


Quantity 1no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
Top: Laminated top with 55mm bull nose turndown to both leading
faces and flat turndown to sides.
Under: To be entirely open under with tie bars to the sides and
length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:
Top: 18/10 304-grade laminated top with a 55mm bull-nose to all
sides. Top to be sound proofed with 16-19mm thick rot-proof
insulated panel securely fixed under. To be reinforced to
accommodate the weight of the laundry items
Frame: Unit mounted on 38mm stainless steel frame/legs, with
25mm tie bars. Tie bars to be mounted at approximately 250mm
above finished floor level and has a special device to fold the table
Under: To be open under, with tie bars to the sides and length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
K. ITEM 1.11: Heat Seal Press Labeling Machine
Quantity 1no
Approximate Size: 490mm wide x 190mm deep x 520mm high.
Description: It is a light and compact desktop heat seal press that can be used to
seal labels, emblems and transfers onto textiles.
Features: The lower platen can be exchanged without any tools to a size that
meets the job to be sealed.
The machine has a high performance heater, the machine heats up in
seconds and can be turned into sleeping mode when not used for a
while,
The three button digital control enables you to set the values for
time, temperature and sleeping mode.
After completing the press cycle the machine will open
automatically. This feature helps you to speed up sealing.
Serviceable Period: 2-year parts and labor.
Model: THERMOPATCH, Model: HS-4-C, or equal and approved
3.02 CLEAN TROLLEY HOLD AREA
A. ITEM-2.01: Solid Linen Poly Bulk Truck, Capacity: 1.35cu.m.
Quantity: 8no
Approximate Size: 724mm wide x 1219mm deep x 1736mm high.
Description: Transport container for dirty laundry
Features: Linen trucks are constructed of an advanced polymer material that is
solid and durable, will not rust, corrode, dent, flake, chip, or peel.

© 01 International W.L.L Laundry Equipment


11110-26
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Linen truck weight is light and rugged construction to resist any


damage walls or doorways.
Lightweight construction and molded hand grips make steering
easy.
Easy washing and drainage
Perfect solution for storage and transport of bulky, hard to handle
items
Use for transport of laundry within the hospital or commercial
laundry to the hospital
Construction Details: Each item is to incorporate the following:
Body: Heavy Duty Polymer body, to contain drain holes for
cleaning purposes.
Base: Zinc-plated, heavy-gauge steel. Brake formed channel,
welded construction.
Serviceable Period: 2-year parts and labor.
Model: Metro: BT48, or equal and approved
B. ITEM-2.02: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
3.03 TROLLEY WASH AREA
A. ITEM-3.01: Wall Mounted High Pressure Sanitizing System
Quantity: 1no
Approximate Size: 584/660mm wide x 777mm deep x 1016mm high
Description: Wall mounted high pressure sanitizing system
Features: To be supplied complete with and incorporate:
a. Frame: Stainless steel frame complete.
b. Tank: Stainless steel float tank with 25mm air gap to
prevent back-flow.
c. Motor: Lesson commercial electric motor with manual
reset thermal overload protection.
d. Cord: 1070mm power cord complete with 3-pin plug
socket.
e. Hose: 1800mm water inlet hose with 19mm thread.
f. Cover: Vacuum formed ABS cover.
g. Components: All fluid handling components in brass,
stainless steel or high pressure hose.
h. Spray Hose: Bright yellow none marking spray hose with
flex-guards and quick-disconnect sockets at each end.
i. Spray Gun: Ergonomic spray gun with stainless steel
wand, heat insulating grip and adjustable nozzle for
low/high pressure and steam/spray.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC. To be fully certified and
listed as a pressure washer for commercial indoor use.
Controls: To have:

© 01 International W.L.L Laundry Equipment


11110-27
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. An adjustable unloader valve to allow the unit to idle and


re circulate when the spray gun is closed.
b. A pressure relief valve to maintain a safe pressure. Suitable
for 41bar (600 PSI) pressure.
c. A thermal relief valve to prevent re circulated water from
overheating while idling by discharging 100ml of heated
water and replacing it at cool water. Discharge to occur at
73OC.
d. To automatically switch from chemical to rinse at the spray
gun, by switching the nozzle from high to low pressure.
Chemical Dosing System: Supplied with diaphragm soap and sanitizer pump to pull detergent
into the system and for efficient detergent meterage.
Electrical Services: To suit a 240volt single phase electrical supply, rated at 3kW. All
electrical connections are to be waterproof to IP56.
Motor: 1.5 HP.
Water Services: 19mm hot and cold connections. To have in-line water filter to
protect machine from debris. To operate at 11 litres/minute.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
To be installed with connections installed with silt filters and shut-
off facility. Water services to be a minimum of 15 liters/minute at
no less than 2 bar. The maximum water temperature should never
exceed 71OC.
Installation: To be suitable for installation to services connections integrated
within mobile trolley.
Other: Weight and fixing details are to be co-ordinated by the Laundry
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
23 meter length hose.
Service Maintenance Kit.
Model: Sage Systems: SM-06-12-07R, or equal and approved
B. ITEM-3.02: Solid Linen Poly Bulk Truck, Capacity: 1.35cu.m.
Quantity: 1no
Approximate Size: 724mm wide x 1219mm deep x 1736mm high.
Description: Transport container for dirty laundry
Features: Linen trucks are constructed of an advanced polymer material that is
solid and durable, will not rust, corrode, dent, flake, chip, or peel.
Linen truck weight is light and rugged construction to resist any
damage walls or doorways.
Lightweight construction and molded hand grips make steering
easy.
Easy washing and drainage
Perfect solution for storage and transport of bulky, hard to handle
items
Use for transport of laundry within the hospital or commercial
laundry to the hospital

© 01 International W.L.L Laundry Equipment


11110-28
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Construction Details Each item is to incorporate the following:


Body: Heavy Duty Polymer body, to contain drain holes for
cleaning purposes.
Base: Zinc-plated, heavy-gauge steel. Brake formed channel,
welded construction
Serviceable Period: 2-year parts and labor.
Model: Metro: BT48, or equal and approved
3.04 SOILED LINEN WASH AREA
A. ITEM-4.01: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 4no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
Interlocked safety system.
Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or
Insect-O-Cutor: SE22 (white) + Shatterproof Lamp, or equal and
approved
B. ITEM-4.02: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
Basin: 350mm x 275 x 100mm deep.
Water Controls: Mixer valve with linking pipe and non-return
valve, concealed behind apron, to provide single feed supply to tap.

© 01 International W.L.L Laundry Equipment


11110-29
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Sink Fittings: Knee operated single 15mm tap and 32mm waste.
Soap Dispenser: Integral liquid soap dispenser with a 0.5L capacity.
Refuse Bin: With stainless steel housing and a refuse bin for the
collection of used paper towels. Housing dimensions 240 x 3300 x
360mm (Reference 806.409).
Up stand Panel: With a 440 x 200 x 580mm stainless steel rear
upstand panel complete with 170mm diameter paper towel
dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
C. ITEM-4.03: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
D. ITEM 4.04: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105 Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
E. ITEM 4.05: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 meter hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.

© 01 International W.L.L Laundry Equipment


11110-30
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To incorporate:


Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a stainless steel wall mounted pivoting
bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labor.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
F. ITEM 4.06: Laundry Utility TUB-2 Compartment Sink
Quantity: 1no
Approximate Size: 1016mm wide x 610mm deep x 864mm high.
Description: Sink is one-piece molded construction using Durastone a blend of
natural crushed stone and polyester resins molded with matched
metal molds under extreme heat and pressure. Complete drain
assembly, twin drain waste coupling, recessed divider wall between
tubs and floor or wall
Features Sturdy, 1-Piece, Extra Deep Molded Tubs
Made with Structural Thermoplastic — innovative cellular molding
process makes these white tubs "literally indestructible"
Include Twin Drain Waste connector — joins drain assemblies,
assures rapid and uniform discharge of waste water, washers, slip
nuts and stoppers provided
19 Gallon Capacity Per Tub, 13" Deep
Hooks Up to Standard 1-1/2" P or S Trap
Accommodate Single or Dual-handle Faucet with 4" or 8" Centers
Floor Model Includes Adjustable Leg Levelers for Uneven Floors
Wall Model Includes Wall Mounting Bracket, Side Supports and
Hardware for Securing Tub to Concrete or Stud Wall
Smooth Surface, Rust Resistant
Serviceable Period: 2-year parts and labour.
Model: MUSTEE, Model: 27F or equal and approved
G. ITEM 4.07: Perforated Aluminum Bulk Cart (Dry Soiled Linen) Capacity: 555Liters
Quantity: 27no
Approximate Size: 1330mm wide x 730mm deep x 805mm high.
Description: Perforated Aluminum Bulk Cart on heavy duty casters
Features Body made in light alloy sheet, anodized (10 micron) with ribbed
walls.
Perforated dia. is 10 mm.
Upper rim dia. Is 20 mm. with inner strengthening?
Bottom frame and buffer profiles made in light alloy. 2 fixed and 2
swiveling wheels dia. 100 mm with non marking grey rubber ring,
zinc plated brackets, position 1-2-1.

© 01 International W.L.L Laundry Equipment


11110-31
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: ALVI, Model: BA20 or equal and approved
H. ITEM-4.08: Solid Linen Poly Bulk Truck, Capacity: 1.35cu.m.
Quantity: 24no
Approximate Size: 724mm wide x 1219mm deep x 1736mm high.
Description: Transport container for dirty laundry
Features: Linen trucks are constructed of an advanced polymer material that is
solid and durable, will not rust, corrode, dent, flake, chip, or peel.
Linen truck weight is light and rugged construction to resist any
damage walls or doorways.
Lightweight construction and molded hand grips make steering
easy.
Easy washing and drainage
Perfect solution for storage and transport of bulky, hard to handle
items
Use for transport of laundry within the hospital or commercial
laundry to the hospital
Construction Details Each item is to incorporate the following:
Body: Heavy Duty Polymer body, to contain drain holes for
cleaning purposes.
Base: Zinc-plated, heavy-gauge steel. Brake formed channel,
welded construction
Serviceable Period: 2-year parts and labor.
Model: Metro: BT48, or equal and approved
I. ITEM-4.09: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
J. ITEM-4.10: High Spin Hygiene Barrier Washer Extractor Capacity: 164Kg/H at Loading Ratio
1:11
Quantity: 4no
Approximate Size: 1850mm wide x 2340mm deep x 2250mm high.
Description: Horizontal divided 3 pocket barrier washer extractor.
Features: To incorporate the following:
a. Construction: Constructed all in 304 stainless steel, with
stainless steel base frame, external cladding and doors.
Floor mounted on adjustable legs.
b. Doors: Auto door positioning. 2no, one front and one rear
door size 765x440mm, to enable full barrier separation
between dirty and clean areas. With pneumatic door lock
system.
c. Filters: Filter system that constantly filters the wash water.
d. Drain: 2no 75mm drain connections.
e. Wash System: Variable speed wash system up to 45rpm.
Variable speed spin speeds from 700-900 rpm.
f. Detergent Controls: With integral detergent and softener
dosing connections for connecting to central pumping
station.

© 01 International W.L.L Laundry Equipment


11110-32
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

g. Wash: High Temperature thermal disinfection.


h. Rinse: Low temperature rinse/chemical disinfection.
i. Drum: Auto drums positioning and air-bag suspension and
pneumatic brake.
j: Laundry Weighing: Automatic weighing system to regulate
detergent and water usage.
k: Motor size: 22 kW electrical motor.
l. Capacity (Per cycle): min 164 kg
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Machine constructed throughout in 304 (1.4301) high grade
stainless steel, and with full external stainless steel cladding.
Capacity (Per cycle): min 164kgs
Controls: Controls are to be touch pad type, fully electronic touch sensitive
controls (no switches) and mounted on both the clean and dirty side.
Electrical Supply: Suitable for connection to a 63amp 415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Water Services: Installed to softened hot water supply (1.5”), and two cold water
supplies (1.5”). Water services pipe work to be flexible quick
disconnect type.
Steam Services: Installed to a steam supply (1.5”) @4-5 bar per machine.
Compressed Air: Installed to a ¼” compressed air connection @ 6 bar.
Ventilation: To be connected to the building ventilation system with a 250mm
diameter spigot connection. Extract requirements to be no greater
than:
Extract air volume 0.55m3/s.
Temperature +35OC.
85% Relative Humidity.
Static pressure 70 Pascal.
Drainage: Installed to two no. 76mm drain connections.
Other: The item is to be co-ordinated with barrier walling, fully installed,
tested and commissioned by the Laundry Equipment Contractor.
Spare Parts: Equipment to be supplied with a full set of the manufacturers
recommended spare parts.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. Spigot Connection: Machine to be supplied complete with
a spigot connection/ventilator connector for connection to
building ventilation system. Spigot connection to be all in
stainless steel and to be approximately 260-300mm
diameter x 1500mm high, To be fully sealed at interface.
Model: Lava Mac: LMA1800, or Primus: MB180, or equal and approved

© 01 International W.L.L Laundry Equipment


11110-33
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

K. ITEM-4.11: High Spin Hygiene Barrier Washer Extractor Capacity: 40Kg/H at Loading Ratio
1:11
Quantity: 1no
Approximate Size: 1610mm wide x 1170mm deep x 1650mm high.
Description: Horizontal divided barrier washer extractor.
Features: To be supplied complete with:
a. Construction: Constructed all in 304 stainless steel, with
stainless steel base frame, external cladding and doors.
Floor mounted on adjustable legs.
b. Doors: Auto door positioning two no, one front and one
rear door, size 498mmx325mm, to enable full barrier
separation between dirty and clean areas. With pneumatic
door lock system
c. Filters: Filter system that constantly filters the wash water.
d. Drain: 2no 75mm drain connections
e. Wash System: Variable speed wash system up to 45rpm. Variable
speed spin speeds from 700-900 rpm.
f. Detergent Controls: With integral detergent and softener
dosing connections for connecting to central pumping
station.
g. Wash: High Temperature thermal disinfection.
h. Rinse: Low temperature rinse/chemical disinfection.
i. Drum: Auto drums positioning and air- bag suspension and
pneumatic brake.
j: Laundry Weighing: Automatic weighing system to regulate
detergent and water usage.
k: Motor size: 8 kW electrical motor.
l. P.C interface: for permanent recording.
m. Capacity (Per cycle): min 40 kg
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Machine constructed throughout in 304 (1.4301) high grade
stainless steel, and with full external stainless steel cladding.
Capacity (Per cycle): min 40 kg
Controls: Controls are to be touch pad type, fully electronic touch sensitive
controls (no switches) and mounted on both the clean and dirty side.
Electrical Supply: Suitable for connection to an 8 kW415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Water Services: Installed to softened hot water supply (1.5”), and 2no cold water
supplies (1.5”). Water services pipe work to be flexible quick
disconnect type.
Steam Services: Installed to a steam supply (1.5”) @6-8 bar per machine.
Compressed Air: Installed to a ¼” compressed air connection @ 6 bars.
Ventilation: To be connected to the building ventilation system with a 250mm
diameter spigot connection. Extract requirements to be no greater
than:

© 01 International W.L.L Laundry Equipment


11110-34
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Extract air volume 0.55m3/s.


Temperature +35OC.
85% Relative Humidity.
Static pressure 70 Pascal.
Drainage: Installed to 2no 76mm drain connections.
Other: The item is to be co-ordinated with the barrier walling, fully
installed, tested and commissioned by the Laundry Equipment
Contractor.
Serviceable Period: 2-year parts and labor.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Accessories: To be supplied complete with:
Spigot Connection: Machine to be supplied complete with a spigot
connection/ventilator connector for connection to building
ventilation system. Spigot connection to be all in stainless steel and
to be approximately 260-300mm diameter x 1500mm high, To be
fully sealed at interface.
Model: Lava Mac: LMA 440, or Primus: MB44, or equal and approved
L. ITEM-4.12: High Spin Hygiene Barrier Washer Extractor Capacity: 24Kg/H at Loading Ratio
1:11
Quantity: 1no
Approximate Size: 1410mm wide x 1060mm deep x 1600mm high.
Description: Horizontal divided barrier washer extractor.
Features: To be supplied complete with:
a. Construction: Constructed all in 304 stainless steel, with
stainless steel base frame, external cladding and doors.
Floor mounted on adjustable legs.
b. Doors: Auto door positioning two no, one front and one
rear door, size 498mmx325mm, to enable full barrier
separation between dirty and clean areas. With pneumatic
door lock system
c. Filters: Filter system that constantly filters the wash water.
d. Drain: 2no 75mm drain connections
e. Wash System: Variable speed wash system up to 45rpm.
Variable speed spin speeds from 700-900 rpm.
f. Detergent Controls: With integral detergent and softener
dosing connections for connecting to central pumping
station.
g. Wash: High Temperature thermal disinfection.
h. Rinse: Low temperature rinse/chemical disinfection.
i. Drum: Auto drums positioning and air- bag suspension and
pneumatic brake.
j: Laundry Weighing: Automatic weighing system to regulate
detergent and water usage.
k: Motor size: 4.1kW electrical motor.
l. P.C interface: for permanent recording.
m. Capacity (Per cycle): min 24 kg

© 01 International W.L.L Laundry Equipment


11110-35
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Machine constructed throughout in 304 (1.4301) high grade
stainless steel, and with full external stainless steel cladding.
Capacity (Per cycle): min 24 kg
Controls: Controls are to be touch pad type, fully electronic touch sensitive
controls (no switches) and mounted on both the clean and dirty side.
Electrical Supply: Suitable for connection to an4.1 kW415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Water Services: Installed to softened hot water supply (1.5”), and 2no cold water
supplies (1.5”). Water services pipe work to be flexible quick
disconnect type.
Steam Services: Installed to a steam supply (1.5”) @6-8 bar per machine.
Compressed Air: Installed to a ¼” compressed air connection @ 6 bars.
Ventilation: To be connected to the building ventilation system with a 250mm
diameter spigot connection. Extract requirements to be no greater
than:
Extract air volume 0.55m3/s.
Temperature +35OC.
85% Relative Humidity.
Static pressure 70 Pascal.
Drainage: Installed to 2no 76mm drain connections.
Other: The item is to be co-ordinated with the barrier walling, fully
installed, tested and commissioned by the Laundry Equipment
Contractor.
Serviceable Period: 2-year parts and labor.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Accessories: To be supplied complete with:
Spigot Connection: Machine to be supplied complete with a spigot
connection/ventilator connector for connection to building
ventilation system. Spigot connection to be all in stainless steel and
to be approximately 260-300mm diameter x 1500mm high, To be
fully sealed at interface.
Model: Lava Mac: LMA 260, or Primus: MB26, or equal and approved
3.05 CLEAN LINEN PROCESSING AREA
A. ITEM-5.01: Solid Aluminum Bulk Cart (Wet Linen) Capacity: 430L
Quantity: 18no
Approximate Size: 950mm wide x 710mm deep x 875mm high.
Description: Solid Aluminum Bulk Cart on heavy duty casters
Features Body made in light alloy sheet, anodized (10 micron) with ribbed
walls.
solid dia. is 10 mm.
Upper rim dia. Is 20 mm. with inner strengthening?

© 01 International W.L.L Laundry Equipment


11110-36
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Bottom frame and buffer profiles made in light alloy. 2 fixed and 2
swiveling wheels dia. 100 mm with non marking grey rubber ring,
zinc plated brackets, position 1-2-1.
Serviceable Period: 2-year parts and labor.
Model: ALVI, Model: BA20 or equal and approved
B. ITEM-5.02: Solid Aluminum Bulk Cart (Clean Linen) Capacity: 430L
Quantity: 15no
Approximate Size: 950mm wide x 710mm deep x 875mm high.
Description: Solid Aluminum Bulk Cart on heavy duty casters
Features Body made in light alloy sheet, anodized (10 micron) with ribbed
walls.
solid dia. is 10 mm.
Upper rim dia. Is 20 mm. with inner strengthening?
Bottom frame and buffer profiles made in light alloy. 2 fixed and 2
swiveling wheels dia. 100 mm with non marking grey rubber ring,
zinc plated brackets, position 1-2-1.
Serviceable Period: 2-year parts and labor.
Model: ALVI, Model: BA20 or equal and approved
C. ITEM-5.03: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 4no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
D. ITEM 5.04: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105 Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.

© 01 International W.L.L Laundry Equipment


11110-37
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
E. ITEM-5.05: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
1. To be wall mounted, supplied complete with wall support
frame and with the bowl mounted at 865mm above
finished floor level.
2. Weight and fixing details are to be co-ordinated by the
Catering Equipment Contractor to ensure that any
strengthening requirements are incorporated within the
wall construction.
Model: Tournus: (806.385 or Equal and approved

© 01 International W.L.L Laundry Equipment


11110-38
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. ITEM-5.06: Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
G. ITEM 5.07: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 meter hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a stainless steel wall mounted pivoting
bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labor.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
H. ITEM 5.08: Steam Heated Rotary Drying Tumbler, Capacity: 41Kg/H at load Ratio 1:25
Quantity: 2no
Approximate Size: 1178mm wide x 1725mm deep x 2121mm high.
Description: Stainless Steel drum tumble dryer.
Features: Each item is to incorporate the following:
Construction: Constructed all in 304 stainless steel, with stainless
steel base frame, drum, external cladding and doors. Floor mounted
on adjustable legs.
Microprocessor Controls: With 4 preset drying cycles with a further
4 programmable drying cycles, plus one special care (no heat) cycle.
Self cleaning Lint Screen: With large storage bay.
Combustion Auto Response System: Automatic detection of
abnormally high temperatures within the drum and an automatic
water spray from a multi port manifold.
Idler: Self adjusting tension idler.
Large door: For ease of loading and unloading.
Overload protection: Integrated into controls.
Back draft damper: Automatic installation.
Capacity (Per cycle): min 41 kg at Ratio 1:25

© 01 International W.L.L Laundry Equipment


11110-39
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046. Machine constructed throughout
in 304 (1.4301) high grade stainless steel, and with full external
stainless steel cladding.
Electrical Supply: Suitable for connection to a 1.13kW at 415volt three phase and
neutral electrical supply. All electrical connections to be waterproof
type to IP56.
Steam Services: 182kg/h @ 100psi (6.9 bars)
Ventilation: To be connected to the building ventilation system with a 250mm
diameter spigot connection. Extract requirements to be no greater
than:
Extract air volume 0.75m3/s.
Temperature +35OC.
85% Relative Humidity.
Static pressure 70 Pascal.
Spare Parts: Equipment to be supplied with a full set of the manufacturers
recommended spare parts.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
Spigot Connection: Machine to be supplied complete with a spigot
connection/ventilator connector for connection to building
ventilation system. Spigot connection to be all in stainless steel and
to be approximately 254-300mm diameter x 1500mm high, To be
fully sealed at interface.
Model: Primus: D55, or ADC: AD115, or equal and approved
I. ITEM 5.09: Steam Heated Rotary Drying Tumbler, Capacity: 22 Kg/H at load Ratio 1:35
Quantity: 2no
Approximate Size: 981mm wide x 1346mm deep x 2026mm high.
Description: Stainless Steel drum tumble dryer.
Features: Each item is to incorporate the following:
Construction: Constructed all in 304 stainless steel, with stainless
steel base frame, drum, external cladding and doors. Floor mounted
on adjustable legs.
Microprocessor Controls: With 4 preset drying cycles with a further
4 programmable drying cycles, plus one special care (no heat) cycle.
Self cleaning Lint Screen: With large storage bay.
Combustion Auto Response System: Automatic detection of
abnormally high temperatures within the drum and an automatic
water spray from a multi port manifold.
Idler: Self adjusting tension idler.
Large door: For ease of loading and unloading.
Overload protection: Integrated into controls.
Back draft damper: Automatic installation.
Capacity (Per cycle): min 22kg at Ratio 1:23

© 01 International W.L.L Laundry Equipment


11110-40
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Machine constructed throughout in 304 (1.4301) high grade
stainless steel, and with full external stainless steel cladding.
Electrical Supply: Suitable for connection to a 1.04 at 415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Steam Services: 72kg/h @ 100psi (6.9 bars)
Ventilation: To be connected to the building ventilation system with a 250mm
diameter spigot connection. Extract requirements to be no greater
than:
Extract air volume 0.75m3/s.
Temperature +35OC.
85% Relative Humidity.
Static pressure 70 Pascal.
Spare Parts: Equipment to be supplied with a full set of the manufacturers
recommended spare parts.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
Spigot Connection: Machine to be supplied complete with a spigot
connection/ventilator connector for connection to building
ventilation system. Spigot connection to be all in stainless steel and
to be approximately 254-300mm diameter x 1500mm high, To be
fully sealed at interface.
Model: Primus: D35, or ADC: AD78, or equal and approved
J. ITEM 5.10: Dry Lint Filter, Capacity: 6000 CFM Stainless Steel made. Type 304, Gauge 16
Quantity: 1no
Approximate Size: ∅1016mmx 2057mm high.
Description: Filter collects lint form multiple dryer applications, made in
Stainless Steel 304-16 gauges
Features: Body: The housing is made out of 304 Stainless Steel -16 gauges.
The unit comes with four 1-1/4” stainless steel pipe legs for floor
mounting.
Filtering: An inner bag-like floating fine mesh screen (180 micron
polyester) is designed to filter 98% of lint passing through the
chamber.
Lint Collection: Lint drops or shaken off the screen into a fire
retardant vinyl holding bag. The bag is equipped with two zippers
for easy lint removal and screen cleaning.
Controls: A static pressure switch with audible alert is activated
when a High
Pressure situation occurs indicating the screen needs to be checked.
Serviceable Period: 2-year parts and labor.
Model: Brim Laundry Machinery Co.: DLF-506, or Clean Cycle Systems:
OPL306 or equal and approved

© 01 International W.L.L Laundry Equipment


11110-41
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

K. ITEM 5.11: Folding Table with Laminated Top, Steel Structure is Stainless Steel,
2000X800X900MM
Quantity 10no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
Top: Laminated top with 55mm bull nose turndown to both leading
faces and flat turndown to sides.
Under: To be entirely open under with tie bars to the sides and
length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:
Top: 18/10 304-grade laminated top with a 55mm bull-nose to all
sides. Top to be sound proofed with 16-19mm thick rot-proof
insulated panel securely fixed under. To be reinforced to
accommodate the weight of the laundry items
Frame: Unit mounted on 38mm stainless steel frame/legs, with
25mm tie bars. Tie bars to be mounted at approximately 250mm
above finished floor level and has a special device to fold the table
Under: To be open under, with tie bars to the sides and length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
L. ITEM 5.12: Folding Table with Laminated Top, Steel Structure is Stainless Steel,
3000X800X900MM
Quantity 1no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
Top: Laminated top with 55mm bull nose turndown to both leading
faces and flat turndown to sides.
Under: To be entirely open under with tie bars to the sides and
length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:
Top: 18/10 304-grade laminated top with a 55mm bull-nose to all
sides. Top to be sound proofed with 16-19mm thick rot-proof
insulated panel securely fixed under. To be reinforced to
accommodate the weight of the laundry items
Frame: Unit mounted on 38mm stainless steel frame/legs, with
25mm tie bars. Tie bars to be mounted at approximately 250mm
above finished floor level and has a special device to fold the table
Under: To be open under, with tie bars to the sides and length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator

© 01 International W.L.L Laundry Equipment


11110-42
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

M. ITEM 5.13: Feeder for Large and Small Pieces front Loading
Quantity 1no
Approximate Size: 4369mm wide x2673 deep x 2335mm high.
Description: 1 and 2-lane feeder is a 3 or 4-station multi-purpose spreader feeder,
equipped with a vacuum box to treat the trailing edge of large pieces
in 1 & 2 lanes, and to serve as a small piece feeder.
Features: In 1-lane operation all stations work according to the “first-in-first
out”-principle. In 2-lane operation the left station of a 3-station-
model serves the left lane, the right station serves the right lane, and
the middle station serves the lane being first ready. On a 4-station-
model the 2 stations to the left serve the left lane and the 2 stations
to the right serve the right lane. Soft Touch spreading clamp with a
pivoting function developed by Jensen, which allows combining the
advantages of a vertical positioned feeding station with a horizontal
positioned transfer position. A vertically positioned feeding station
allows the operators to adjust the feeding clamp height to suit every
operator individually, and the pivoting function of the soft touch
spreading clamps makes it possible to deliver the piece to a
horizontally positioned vacuum beam well-known from the Variant
feeder, thus ensuring optimum transfer into the machine as the
horizontal positioned spreading clamps take the weight off the
leading edge. The soft touch spreading clamps are equipped with an
air cushion which serves to fix the corners. This new technology is
characterized by automatically adapting to various linen thicknesses
as the fixation of corners is gently applied by air pressure.
Minimum cycle time with 1 set of spreading clamps (*):
1-lane operation 3,13 sec. cycle time / 1150 pcs/hr.
2-lane operation 7,20 sec. cycle time / 500 pcs/hr./lane.
Minimum cycle time with 2 sets of spreading clamps (option) (*):
1-lane operation 3,13 sec. cycle time / 1150 pcs/hr.
2-lane operation 4.00 sec. cycle time / 900 pcs/hr./lane.
Minimum cycle time with 3 spreading clamps (option 1.3A) and 3 feeding stations: 2,81 sec. =
1280 pcs/hr.
Large-piece feeding:
Control system and operating panel with touch screen and digital counters.
Feeding speed synchronously adjusted to ironer speed.
3 or 4 feeding stations, operating according to the "First in First out"-principle.
Front loading, with individually adjustable clamp height of between 1095 mm and 1275 mm
and possibility to inspect the linen during spreading operation.
Inspection light panel in front of machine, Automatic start of clamps
Manual feeding of e.g. wax clothes at inlet conveyor.
Spreading belts (one-sided),Spreading brushes in 1 and 2-lane operation.
Air blast pipes to press the linen against the spreading belts.
Suction box with driven roller for large pieces.
Vacuum under feed belts for feeding of large pieces gives optimum quality to the leading edge.
Adjustable vacuum in vacuum box, set per category.

© 01 International W.L.L Laundry Equipment


11110-43
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Soft Tough spreading clamp with air cushion automatically adapts to various linen
thicknesses.
Pivot able spreading clamps allow optimum transfer to the vacuum beam in a horizontal
position.
Spreading system with motor-driven toothed belts, Different spreading tension in each
category, Soft spreading feature for high quality items.
Conveyor stop and stretch conveyor (active in 1 & 2-lane mode)
Aluminum carriage track and carriage wheels for clamps ensure a smooth and steady
operation Small-piece feeding:
Lower able inlet belts for feeding small pieces.
Vacuum box with driven-roller for small piece feeding. Spreading plate in each lane.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: JENSEN, Model: LOGIC PLUS-35/3000 or equal and approved
N. ITEM 5.14: Steam Heated Flat Work Ironer-2 Rolls, Diameter 800X3000 mm
Quantity 1no
Approximate Size: 4441mm wide x3439 deep x 2937mm high.
Description: Steam Heated Flat work Ironer, Roll diameter: 800 mm, Number of
rolls per machine: 2, Working widths: 3000mm
Features: Heating media: Steam
Steam pressure 7 - 15 bar, Flanges: Pressure norm PN 40 according
to DIN 2635.
Standard voltage: 400 V +/- 5%, 50-60Hz.
Control voltage: 24 V AC.
Electrical specification according to 73/23/EC
Mechanical standard according to 98/37/EC
Chest certificate according to 97/23/EC – Other chest certificate is
optional.
Chest, Feed and Return pipe system.
Channel chests of high-grade steel plate HII according to DIN
17155 with material certificate after being welded all chests are
annealed at 620C.
The chests are polished to values below RZ 10.0 µ m.
Submitted to working pressures up to the value stated on the chest,
the chests need no further legal inspection as the certificate was
given on the production of the chest.
The chest steam trap is of the ball float type and made of GGG 40.3
(PN 25)
The pipe work is St. 35.8 to DIN 17 175.
All pipes are flange-connected and can be reached from the left
hand side of the ironer.
First, second and third chests are mounted in series in the EX 8
model.
First and second chests are mounted in series in the EX 10 and 12
models.

© 01 International W.L.L Laundry Equipment


11110-44
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

To take up thermal expansions in machines with 3 rollers or more


the pipes are equipped with compensators.
The inlet pipe is situated at the rear left end and is equipped with a
2" mechanical filter.
The return pipe is situated at the rear left end and is equipped with a
2" non-return valve.
The rolls are made of perforated steel with inside support rings. The
support rings are welded to the steel plate on the inner side,
ensuring stability.
Bearings on the fan side are mounted in a six holes bearing house
made of GG 25. High temperature grease (resistant until 160C
(316 Fahrenheit)) is filled into the bearing.
Bearings on drive side are built into the planetary gear drive.
Rising, lowering of the rolls and regulation of ironing pressure is
done by means of two air cylinders per roll. Air is supplied from the
same solenoid valve for both cylinders.
The connection of the cylinders ensures the same pressure on both
sides. A special lever-system gives a vertical raising and lowering.
Ironer pressure can be adjusted between 0 - 5 bars, is recommended
not to exceed 2 bar.
The drive motor is an AC-motor which by means of a frequency
inverter has an infinitely variable speed control. The speed ranges
are depending on the V-belt pulley on the motor. Before delivery
machine chooses the V-belt pulley giving the speed range
corresponding to the max. speed given at the time of the order. It
can later be changed.
A speed control is a part of the PLC system of the ironer. It is
possible to have a preset speed in all 99 recipes. An extra feature is,
that the speed can be changed momentary directly on the screen.
The speed change will have effect until a change of recipe.
The rolls are driven by V-belts with interconnected driving
mechanism through planetary gears that are mounted directly on the
shafts. The gear has been designed according to VDI standards.
The speed difference between the individual rolls is set by
adjustable V-belt pulley on the planetary gears.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: JENSEN, Model: JENROLL EX8 or equal and approved
O. ITEM 5.15: Combination Folder - Cross folder & Stacker
Quantity 1no
Approximate Size: 3892mm wide x3213 deep x 2863mm high.
Description: Folder makes 1 or 2 lateral folds in 1, 2, 3 or 4 lanes and 2 or 3
cross folds in 1 lane. Capacity: Max. Folding speed 60 m/min
Features: Control system and operating panel with touch screen and digital
counters.
Visual LED indicators for control of operation in PLC rack.
Safety guard.
Delivery side reversible

© 01 International W.L.L Laundry Equipment


11110-45
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Individual air pressure regulators.


Heavy duty motors with built-in overload protection.
Folder speed synchronously adjusted to ironer speed.
The folder is equipped with galvanized plates to take up static
electricity - in some cases an antistatic bar system is needed.
Lateral fold section:
2 air pressures (high/low) on the C-fold in the lateral fold section.
Adjustable height on inlet conveyor to fit 800-1200 mm.
By-pass drop to rear table at 1st lateral fold.
By-pass at 1st and 2nd lateral fold with air blast.
Jam alarm in lateral fold section in 1 lane operation.
600 mm rear table
Rear table can slide 150 mm to allow long items to hang freely at
1st
Cross Stacker Cross Stacker shall be supplied along with the folder Cross Stacker
is a fast large piece stacker. It receives the cross folded items from
the folder, gives the final cross fold, stacks the items in a
predetermined number and ejects the stacks onto a discharge
conveyor.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: JENSEN, Model: JENFOLD-Classic-S or equal and approved
P. ITEM 5.16: Steam Heated Air Operated Utility Press For All garment Type-Capacity: 35 Piece
/hour
Quantity: 6no
Approximate Size: 1400mm wide x 1300mm deep x 1200mm high.
Description: Pneumatic pressing machines for smocks, shirts, leather, cotton or
poly-cotton pants, and hospital wear, Head with steaming, Buck
with vacuum and steaming
Features: Each item is to incorporate the following:
Adjustable pressing pressure, accident-prevention protection on
head
Lower padding of 5 layers with pure silicon foam
Stainless steel head heated with steam
Pedal Operation
Heating: direct steam heating.
Safety Design: To include 6 different operator safety systems.
Capacity: Approximately 35 items/hr
Swing arm with form for ironing sleeves
Air-water spray gun
Electric Steam Ironer
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046

© 01 International W.L.L Laundry Equipment


11110-46
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Capacity: Approx 35 items/hr


Electrical Supply: Suitable for connection to a 1.6kW 415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Steam Services: ½” connection Steam usage 20Kg/hr at 4-6 bar.
Compressed air: 100L/cycle@6-8 bar.
Ventilation: To be provided from room ventilation.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: ROTONDI: BL-CO-90, GHIDINI: U3Lor equal and approved
Q. ITEM 5.17: Steam Heated Air Operated Collar & Cuff Press, Capacity: 45 Pieces / Hour
Quantity: 2no
Approximate Size: 1400mm wide x 1300mm deep x 1200mm high
Description: Steam heated air operated press for ironing of shirt collars and
cuffs.
Features: Triple form, a collar and two cuffs
Head in stainless steel
Buck heated with steam (BL CLP/V)
Buck cold or steam-heated, with connection for vacuum.
Pressing pressure adjustable
Two-button closing with device for simultaneous or pedal operation
Accident-prevention protection on the head
Pressure timer.
3-layer lower padding with pure silicon foam.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: ROTONDI: BL/CLP/V, GHIDINI: CPor equal and approve
R. ITEM 5.18: Steam Heated Air Operated Trouser Topper Capacity: 35 Piece / Hour
Quantity: 2no
Approximate Size: 500mm wide x 1150mm deep x 2000mm high.
Description: Direct Steam heated Industrial; Trouser Finisher with vacuum
blowing
Features: To incorporate the following:
Time switch programmed through digital electronic - Pocket
pressing device control panel
Pneumatic waistband size adjustment
Double internal / external hem clamps
Waistband side tensioning
Leg stretcher for better tensioning
Adjustable blowing action
Easy operation by multipurpose pedal
Adjustable tensioning pressure
Super heated steam device

© 01 International W.L.L Laundry Equipment


11110-47
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Capacity: Approx 60 items/hr
Electrical Supply: Suitable for connection to a 1.6kW 415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56
Steam Services: 3/8” connection Steam usage 20Kg/hr at 4-6 bar.
Compressed air: 100L/cycle@6-8 bar.
Ventilation: To be provided from room ventilation.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: Rotondi: TF/AL, or equal and approved
S. ITEM 5.19: Steam Heated Air Operated Shirts Finisher Capacity: 35 Pieces / Hour
Quantity: 2no
Approximate Size: 1500mm wide x 2100mm deep x 1820mm high.
Description: Direct Steam Heated Industrial; Shirt Finisher with vacuum
blowing.
Features: To incorporate the following:
Strong and complete steam distribution, moistens - Water spray gun
the fabric to remove creases
Hot air blowing presses and dries the fabric
Front and rear paddle to gold the garment in place
Time switch programmed through digital electronic control panel
Automatic stretching ahead and upright of the arms and clamps
Return and sleeve stretching by air operated regulation
Adjustable air blowing to comply at garment variety
Supplied with a pair of sleevers and clamps
Built-in vacuum motor for simply installation
For shirts, jacket and doctor suits processing
Productivity 35-40 pc/h
Super heating device
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Capacity: 40-50 items/hr
Electrical Supply: Suitable for connection to a 4.0kW 415volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Steam Services: ½” connection Steam usage 40-60Kg/hr. 4-6 bar.

© 01 International W.L.L Laundry Equipment


11110-48
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Compressed air: 25L/cycle@6-8 bar.


Ventilation: To be provided from room ventilation. No direct spigot ventilation
to be necessary.
Spare Parts: Equipment to be supplied with a full set of the manufacturers
recommended spare parts.
Serviceable Period: 2-year parts and labor.
Model: Rotondi: SR 1000, or equal and approved
T. ITEM 5.20: Vacuum Ironing Board with Electric Steam Iron Capacity: 40 Pieces / Hour
Quantity: 2no
Approximate Size: 1590mm wide x 590mm deep x900mm high.
Description: Direct Steam heated Industrial stain remover
Features: To incorporate the following:
Vacuum with high-depression motor at 0.37 KW - 0.5HP
Electrically heated form. Special forms upon request, Garment
holders.
3-layer padding. Silicon iron rest
Stainless steel swing arm with ergonomic molding, Air-water spray
gun
Steam –Electric ironer
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046
Capacity: Approx 40 items/hr
Electrical Supply: Suitable for connection to a 2kW 240volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Steam Services: 3/8” connection Steam usage 20Kg/hr at 4-6 bar.
Compressed Air: 100L/cycle@6-8 bar
Ventilation: To be provided from room ventilation.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: ROTONDI, Model: PVT/30, or equal and approved
U. ITEM 5.21: Vacuum Spotting Table, with stainless steel table and spotting arm
Quantity: 1no
Approximate Size: 1200mm wide x 420mm deep x 900mm high.
Description: Direct Steam heated Industrial stain remover
Features: To incorporate the following:
Form and mobile arm in stainless steel, two stain-removal guns
connected to tanks, drying gun, Built-in, high-pressure vacuum unit
at 0.37KW - 0.5HP.
Manufacturing Details: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. Product listed in WRAS water fittings and materials
directory. Certificate No. 9807046

© 01 International W.L.L Laundry Equipment


11110-49
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Supply: Suitable for connection to a 0.4 , 240volt three phase and neutral
electrical supply. All electrical connections to be waterproof type to
IP56.
Steam Services: 3/8” connection Steam usage 20Kg/hr at 4-6 bar.
Compressed Air: 100L/cycle@6-8 bar
Ventilation: To be provided from room ventilation.
Spare Parts: Equipment to be supplied with a full set of manufacturers
recommended spares.
Serviceable Period: 2-year parts and labor.
Model: ROTONDI, Model: EC76-A, or equal and approved
3.06 WRAP AND PACK AREA
A. ITEM 6.01: Folding Table with Laminated Top, Steel Structure is Stainless Steel,
2000X800X900MM
Quantity 3no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
a. Top: Laminated top with 55mm bull nose turndown to both
leading faces and flat turndown to sides.
b. Under: To be entirely open under with tie bars to the sides
and length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:
a. Top: 18/10 304-grade laminated top with a 55mm bull-
nose to all sides. Top to be sound proofed with 16-19mm
thick rot-proof insulated panel securely fixed under. To be
reinforced to accommodate the weight of the laundry items
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars. Tie bars to be mounted at
approximately 250mm above finished floor level and has a
special device to fold the table
c. Under: To be open under, with tie bars to the sides and
length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
B. ITEM 6.02: Folding Table with Laminated Top, Steel Structure is Stainless Steel,
1600X800X900MM
Quantity 1no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
a. Top: Laminated top with 55mm bull nose turndown to both
leading faces and flat turndown to sides.
b. Under: To be entirely open under with tie bars to the sides
and length only.

© 01 International W.L.L Laundry Equipment


11110-50
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:


a. Top: 18/10 304-grade laminated top with a 55mm bull-
nose to all sides. Top to be sound proofed with 16-19mm
thick rot-proof insulated panel securely fixed under. To be
reinforced to accommodate the weight of the laundry items
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars. Tie bars to be mounted at
approximately 250mm above finished floor level and has a
special device to fold the table
c. Under: To be open under, with tie bars to the sides and
length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
C. ITEM 6.03: Table Top L-Bar Sealing Machine, Sealing Area 500X600 MM
Quantity: 2no
Approximate Size: 1800mmx820mmx720mmH
Description: Table top L-bar sealing machines.
Features: Each item to be supplied complete with:
Sealing Area: 500 x 600mm sealing area
Electrically heated L sealing machines can film wrap a product or a
group of products from a reel of split-sleeve folded film.
Automatic magnetic locking holds sealing frame in place Format
size quickly changeable thanks to rapidly manipulated reel support
and loading plate.
Thermal perforation system and trimmings bin adjustable product
delivery tray height (mechanically operated with 1 "adjustable tray"
option)
Microprocessor control of electrical weld system helps you adapt to the required production
rates and enables you to seal all types of PP PVC and LDPE film
Electrical Services: 240-volt 0.8kW single phase.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied Complete with:
1. Spare Parts Kit
Model: ORA, Model: ALIZE 50X60, Sergent sku: PACSER903236 +
Spares Kit PN 950819, or equal and approved
D. ITEM 6.04: Date Stamp Machine (Thermal Bar code Printer) With Media and Ribbon)
Quantity: 2no
Approximate Size: 238X402X332mm
Description: Thermal Bar Code Printers.
Features: Each item to be supplied complete with:
a. 104mm print width
b. Printing speed 6 labels per min
c. Central network management capability
d. Metal Casing

© 01 International W.L.L Laundry Equipment


11110-51
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Services: 240 volt 13 amp single phase.


Additional Items: To be supplied complete with:
Internal Cutter (B-SA204M-QM-R)
Peel Off Module (B-SA904-H-QM-R)
Keyboard Interface (B-SA704-RS-QM-R)
Serviceable Period: 2-year parts and labor
Model: Toshiba TEC B SA4T, or equal and approved
3.07 CLEAN LINEN HOLD AREA
A. ITEM 7.01: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 2no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Housing to be finished in white polyester on aluminum or zintec
steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
B. ITEM 7.02: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 metre hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.

© 01 International W.L.L Laundry Equipment


11110-52
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To incorporate:


Hose: To have 15mm bore with 10.5 metre reach and built-in recoil
system. Hose to be blue colour reinforced rubber, with a food
quality liner. Reel to be mounted on a stainless steel wall mounted
pivoting bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labour.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
C. ITEM-7.03: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
D. ITEM 7.04: Clean Linen Poly Bulk Truck, Capacity: 1.35cu.m.
Quantity: 12no
Approximate Size: 724mm wide x 1219mm deep x 1736mm high.
Description: Transport container for clean laundry
Features: Linen trucks are constructed of an advanced polymer material that is
solid and durable, will not rust, corrode, dent, flake, chip, or peel.
Linen truck weight is light and rugged construction to resist any
damage walls or doorways.
Lightweight construction and molded hand grips make steering
easy.
Easy washing and drainage
Perfect solution for storage and transport of bulky, hard to handle
items
Use for transport of laundry within the hospital or commercial
laundry to the hospital
Construction Details Each item is to incorporate the following:
a. Body: Heavy Duty Polymer body, to contain drain holes
for cleaning purposes.
b. Base: Zinc-plated, heavy-gauge steel. Brake formed
channel, welded construction
Serviceable Period: 2-year parts and labor.
Model: Metro: CLT48, or equal and approved
E. ITEM 7.05: Chrome Plated Mobile Hanging Rails
Quantity: 8no
Approximate Size: 1600mm wide x 595mm deep x 1710mm high.
Description: 20-25 capacity mobile nestable garment rail.
Features: To incorporate the following:
a. Castors: Industrial Grade 4no swivel rubber castors.
Construction Details Chromium Plated finish.
Serviceable Period: 2-year parts and labor.
Model: Caddie: 9.972.61.01, or GLOBAL INDUSTRIAL, or equal and
approved

© 01 International W.L.L Laundry Equipment


11110-53
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.08 CLEAN LINEN HOLD AREA


A. ITEM 8.01: Anodized Aluminum/Polymer 5-tires shelving unit With Removable Polyethylene
shelves
Quantity: 24no
Approximate Size: 1500X560X2050mm
Description: Anodized aluminum 5-tier shelving unit with anodized aluminum
frame and co-polymer louvered shelves. To be designed for a
minimum of 600 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 560x2000-2050mm high anodized aluminum
uprights for 600 kg section load.
b. Shelves: To be in non-chip/non-crack co-polymer or
polystyrol, suitable for temperatures down to -30OC. To be
louvered or perforated type. Total requirement is as
follows:
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Wall Securing Attachments: 10no stainless steel
attachments, for securing uprights to the rear walls.
Manufacturing Detail: To have a minimum weight loading of 600 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded anodized aluminum tubing,
anodized to 20 microns. To be fitted with support bars
welded or integrated within the design of the uprights at
150mm intervals. All edges are to be smooth and burr free.
The uprights are to be fitted with adjustable leveling feet
and the tops of the uprights are to be fitted with plastic
caps. The design of the uprights shall permit shelving to be
removed without dismantling the entire assembly. Shelving
is to be capable of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: To be louvered or perforated type co-polymer or
polystyrol non-chip/non-crack shelf inserts that are
designed for easy removal in segments and that are
dishwasher safe. The shelf inserts are to be mounted on
anodized aluminum supporting bars or struts. Adjustment
of shelf levels is to be possible without the use of tools and
without dismantling the entire assembly.
d. U-Brackets: To be supplied with a suitable number of U-
brackets to secure the shelving uprights to the wall for
stability.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Laundry Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Laundry Equipment


11110-54
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Hupfer: 4-Bay Norm 25 5-tier 4 x 1500 x 600, or Tournus: 4-Bay


Aluminum Racking with Removable Polyethylene Shelves PLQ, or
equal and approved
B. ITEM 8.02: Clean Linen Poly Bulk Truck, Capacity: 1.35cu.m.
Quantity: 9no
Approximate Size: 724mm wide x 1219mm deep x 1736mm high.
Description: Transport container for clean laundry
Features: Linen trucks are constructed of an advanced polymer material that is
solid and durable, will not rust, corrode, dent, flake, chip, or peel.
Linen truck weight is light and rugged construction to resist any
damage walls or doorways.
Lightweight construction and molded hand grips make steering
easy.
Easy washing and drainage
Perfect solution for storage and transport of bulky, hard to handle
items
Use for transport of laundry within the hospital or commercial
laundry to the hospital
Construction Details Each item is to incorporate the following:
a. Body: Heavy Duty Polymer body, to contain drain holes
for cleaning purposes.
b. Base: Zinc-plated, heavy-gauge steel. Brake formed
channel, welded construction
Serviceable Period: 2-year parts and labor.
Model: Metro: CLT48, or equal and approved
3.09 SEWING AREA
A. ITEM 9.01: General Sewing Machine With Integrated Table
Quantity: 1no
Approximate Size: 1194mm wide x 559mm deep x 800mm high.
Description: Sewing machine with integrated table.
Features: To be supplied complete with:
a Complete with work table
b Single needle
c Compound feed walking foot
d Top and Bottom Feed
e Large bobbin capacity
f Safety Clutch
g Stitch dial regulator
h Reverse lever mechanism
Manufacturing Detail: To be CE and/or NSF approved and comply with European standard
EN 335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Electrical Services: 240 volt 13 amp single phase.
Serviceable Period: 2 year parts and labor
Model: SAILRITE, Reliable: MSK-8410B-UT, or equal and approved

© 01 International W.L.L Laundry Equipment


11110-55
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. ITEM 9.02: Long Arm Sewing Machine With Integrated Table


Quantity: 1no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: Long Arm Sewing machine with integrated table.
Features: Item to be supplied complete with:
a Complete with work table.
b Alternating presser feet lock stitch.
c Presser foot locking lever.
d Push button stitch regulator.
e Reverse feed.
f Built in bobbin winder.
g 30” arm.
Manufacturing Detail: To be CE and/or NSF approved and comply with European standard
EN 335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Electrical Services: 240 volt 13 amp single phase.
Serviceable Period: 2 year parts and labor (excluding light tubes).
Model: SAILRITE, Reliable: MSK-8410B-UT, or equal and approved
C. ITEM 9.03: Folding Table with Laminated Top, Steel Structure is Stainless Steel,
2000X800X900MM
Quantity 3no
Approximate Size: 2000mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction with laminated top
tables.
Features: Each item to incorporate:
a. Top: Laminated top with 55mm bull nose turndown to both
leading faces and flat turndown to sides.
b. Under: To be entirely open under with tie bars to the sides
and length only.
Manufacturing Detail: Manufactured all in 18/8 304-grade stainless steel. To incorporate:
a. Top: 18/10 304-grade laminated top with a 55mm bull-
nose to all sides. Top to be sound proofed with 16-19mm
thick rot-proof insulated panel securely fixed under. To be
reinforced to accommodate the weight of the laundry items
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars. Tie bars to be mounted at
approximately 250mm above finished floor level and has a
special device to fold the table
c. Under: To be open under, with tie bars to the sides and
length.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator

© 01 International W.L.L Laundry Equipment


11110-56
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.010 UNIFORM ISSUE


A. ITEM 10.01: Electric Garment Storage 2-Tier Conveyor Capacity: 456 Positions
Quantity 1no
Approximate Size: 3429X1270X2972 mm high.
Description: Double Tier Garment Conveyor, capacity: 456 positions
Features: All steel construction. Chrome plated steel load bars and trolleys.
Torque amplifier fully enclosed, without open chain.
Cushioned start-mechanical or electrical
Include electrical control systems, pre-wired ready for electrical
supply connection.
Bi-directional hand or foot operated controls specify.
Optional analog or digital microprocessor control included when
specified and ordered. Short route, automatic restoration.
Electrical supply: 240/50/1
Flared large area base provides sturdy support, good appearance,
easy floor maintenance.
Serviceable Period: 2 year parts and labor
Model: RAILEX, Model: SYSTEM742, or equal and approved
B. ITEM 10.02: Anodized Aluminum/Polymer 5-tires shelving unit With Removable
Polyethylene shelves
Quantity: 5no
Approximate Size: 1500X560X2050mm
Description: Anodized aluminum 5-tier shelving unit with anodized aluminum
frame and co-polymer louvered shelves. To be designed for a
minimum of 600 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 560x2000-2050mm high anodized aluminum
uprights for 600 kg section load.
b. Shelves: To be in non-chip/non-crack co-polymer or
polystyrol, suitable for temperatures down to -30OC. To be
louvered or perforated type. Total requirement is as
follows:
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Wall Securing Attachments: 10no stainless steel
attachments, for securing uprights to the rear walls.
Manufacturing Detail To have a minimum weight loading of 600 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded anodized aluminum tubing,
anodized to 20 microns. To be fitted with support bars
welded or integrated within the design of the uprights at
150mm intervals. All edges are to be smooth and burr free.
The uprights are to be fitted with adjustable leveling feet
and the tops of the uprights are to be fitted with plastic
caps. The design of the uprights shall permit shelving to be
removed without dismantling the entire assembly. Shelving
is to be capable of being positioned in 150mm increments.

© 01 International W.L.L Laundry Equipment


11110-57
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Rigidity: Added rigidity is to be achieved either through


fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: To be louvered or perforated type co-polymer or
polystyrol non-chip/non-crack shelf inserts that are
designed for easy removal in segments and that are
dishwasher safe. The shelf inserts are to be mounted on
anodized aluminum supporting bars or struts. Adjustment
of shelf levels is to be possible without the use of tools and
without dismantling the entire assembly.
d. U-Brackets: To be supplied with a suitable number of U-
brackets to secure the shelving uprights to the wall for
stability.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Laundry Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 4-Bay Norm 25 5-tier 4 x 1500 x 600, or
Tournus: 4-Bay Aluminum Racking with Removable Polyethylene
Shelves PLQ, or equal and approved
3.011 JANITOR STORE
A. ITEM 11.01: Combination Janitor Sink with Hand wash basin over
Quantity: 1no
Approximate Size: 500mm wide x 570-600mm deep x 850-880/560mm high.
Description: Stainless steel construction janitor/mop sinks with integral hand
basin over. Entire assembly to be mounted on a stainless steel foot
frame
Features: To be supplied complete with and incorporate:
a. Legs: Front and rear legs with chrome plated adjustable
feet that are capable of being fixed to the floor.
b. Hand Basin: To be located at upper level, approximately
340mm x 240 x 150mm deep.
c. Janitor Sink: Approximately 370mm x 340mm x 150mm
deep, complete with 38mm dome grated waste/strainer.
d. Splash Back: Vertical section between the lower janitor
sink and the upper hand basin is to be fitted with stainless
steel up stand panels.
e. Grid: Janitor sink fitted with a stainless steel hinged grid.
f. Taps: Sink installed complete with a 15mm pillar mixer tap
that is capable of being located either over the hand basin
or over the janitor sink.
Manufacturing Detail: Item to be manufactured from 1.2mm (18swg) stainless steel
(minimum) with bowls pressed from 0.9mm (20swg) stainless steel.
Hinged grid to be manufactured from stainless steel bar, welded and
polished. All stainless steel to be type 304.
Other Details: To be installed to 15mm cold and 15mm hot water supplies using
flexible connectors.

© 01 International W.L.L Laundry Equipment


11110-58
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: Blanco: HAU-P 5x6 (0.566.645), or Franke (Sissons): Janitorial unit
(G20050N), or Teknomek: SSF1777, or equal and approved
B. ITEM 11.02: Wall Mounted Broom/Equipment Holder
Quantity: 1no
Approximate Size: 475mm wide x 83mm deep.
Description: Wall mounted closet organizer.
Features: To be supplied complete with and incorporate:
a. ‘S’ Hooks: hold 1.6cm to 3.2cm handle diameters.
b. Deep Double Hooks: afford easy accessibility.
Manufacturing Detail: Generally constructed from grey polypropylene, with steel hooks.
Model: Rubbermaid model 199200 Gray or equal and approved
C. ITEM 11.03: Mop Trolley with Mop Bucket
Quantity: 1no
Approximate Size: 600mm wide x 450mm deep x 600mm high.
Description: Mobile trolley to hold and be supplied complete with two 18 Liter
buckets and a mop wringer. To be all in polypropylene, supplied
with grey color mobile trolley, one red bucket and one blue bucket,
Wringer to be manufactured using non-magnetic components and
be designed for ‘down pressure’
Serviceable Period: 2-year parts and labour.
Accessories: To be supplied complete with Mop Trolley handle.
Model: Rubbermaid: F109/2000 + F111, or equal and approved
D. ITEM 11.04: Two Tier Shelving System, 1800X400X600 MM
Quantity: 1no
Approximate Size: 1800mm wide x 400mm deep x 600-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 2800mm wide x 400mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
a. Brackets: The shelf brackets are to be fitted to the wall
brackets with socket head locking screws, allowing the
shelf height to be adjusted to any centre.
b. Shelf: To have a 30mm lip/turndown to front and sides and
30mm up stand to the rear. The underside of the shelf is to
be sprayed with a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level. Weight and
fixing details are to be co-ordinated by the Catering Equipment
Contractor to ensure that any strengthening requirements are
incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving, or Sofinor: Wall Adjustable
Shelves, or Tournus: Adjustable Wall Shelf, or equal and approved

© 01 International W.L.L Laundry Equipment


11110-59
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. ITEM 11.05: Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
F. ITEM 11.06: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105 Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
G. ITEM 11.07: Wash Down Hose Station on Mobile Trolley
Quantity: 1no
Approximate Size: 584/660mm wide x 777mm deep x 1016mm high
Description: High pressure sanitizing system on mobile trolley.
Features: To be supplied complete with and incorporate:
a. Frame: Stainless steel mobile cart frame complete with
heavy duty castors.
b. Tank: Stainless steel float tank with 25mm air gap to
prevent back-flow.
c. Motor: Leeson commercial electric motor with manual
reset thermal overload protection.
d. Cord: 1070mm power cord complete with 3-pin plug
socket.
e. Hose: 1800mm water inlet hose with 19mm thread.
f. Cover: Vacuum formed ABS cover.
g. Components: All fluid handling components in brass,
stainless steel or high pressure hose.
h. Spray Hose: Bright yellow none marking spray hose with
flex-guards and quick-disconnect sockets at each end.
i. Spray Gun: Ergonomic spray gun with stainless steel
wand, heat insulating grip and adjustable nozzle for
low/high pressure and steam/spray.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC. To be fully certified and
listed as a pressure washer for commercial indoor use.
Controls: To have:
An adjustable unloader valve to allow the unit to idle and re-
circulate when the spray gun is closed.
A pressure relief valve to maintain a safe pressure. Suitable for
41bar (600 PSI) pressure.
A thermal relief valve to prevent re-circulated water from
overheating while idling by discharging 100ml of heated water and
replacing it at cool water. Discharge to occur at 73 C.

© 01 International W.L.L Laundry Equipment


11110-60
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

To automatically switch from chemical to rinse at the spray gun, by


switching the nozzle from high to low pressure.
Chemical Dosing System Supplied with diaphragm soap and sanitizer pump to pull detergent
into the system and for efficient detergent meterage.
Electrical Services: To suit a 240volt single phase electrical supply, rated at 3kW. All
electrical connections are to be waterproof to IP56.
Motor: 1.5 HP.
Water Services: 19mm hot and cold connections. To have in-line water filter to
protect machine from debris. To operate at 11 liters/minute.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
To be installed with connections installed with silt filters and shut-
off facility. Water services to be a minimum of 15 litres/minute at
no less than 2 bar. The maximum water temperature should never
exceed 71OC.
Installation: To be suitable for installation to services connections integrated
within mobile trolley.
Other: Weight and fixing details are to be co-ordinated by the Laundry
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
23 meter length hose.
Service Maintenance Kit.
Model: Sage Systems: SM-06-12-07R + S-10K, or equal and approved

END OF SECTION

© 01 International W.L.L Laundry Equipment


11110-61
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11150
PARKING CONTROL EQUIPMENT

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Particular Conditions
and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes the following:
1. Automatic barrier gates, with floating beam support and card-control units.
B. Related Sections include the following:
1. Division 16 Sections for electrical service and security systems.
1.03 SUBMITTALS
A. Product Data:
1. Include manufacturer's standard details and installation and maintenance instructions.
B. Shop Drawings: Include plans, elevations, and details of typical members and other
components. Show layout and installation details, including anchorage details.
1. Wiring Diagrams: Detail wiring for parking control equipment operator, signal, and
control systems and differentiate between manufacturer-installed and field-installed
wiring.
a. Show locations of connections to electrical service provided in other
Sections.
C. Maintenance Data:
1. For parking control equipment components to include in the maintenance manuals
specified in Division 1.
D. Maintenance Instructions: Manufacturer's written instructions for maintenance of parking
control equipment.
1. Include recommended methods and frequency for maintaining equipment in optimum
operating condition under anticipated traffic and use conditions.
2. Include precautions against materials and methods that may be detrimental to finishes
and performance.
1.04 QUALITY ASSURANCE
A. Installer Qualifications:
1. Engage an experienced installer who is an authorized representative of the parking
control equipment manufacturer for both installation and maintenance of the type of
units required for this Project, and whose installations have resulted in construction
with a record of successful in-service performance.
B. Listing and Labeling:
1. Provide internal electrical components required as part of parking control equipment
specified in this Section that are listed and labeled.
a. The Terms "Listed" and "Labeled": As defined in NFPA 70, Article 100.

© 01 International W.L.L Parking Control Equipment


11150-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
1.05 ACCEPTABLE MANUFACTURERS, SUBJECT TO MEETING REQUIREMENTS:
A. Automatic barrier gates, card-control units
1. Kaba Gilgen AG, SWE
2. Federal APD, USA
3. Magnetic, GER
4. Or Approved Equal
1.06 MATERIALS
A. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coating
designation; commercial quality.
B. Steel Structural Tubing: ASTM A 500, cold-formed steel structural tubing, Grade B.
C. Steel Mechanical Tubing: ASTM A 513, welded steel mechanical tubing.
1. Hot-Dip Galvanized: According to ASTM A 123.
1.07 AUTOMATIC BARRIER GATES
A. General: Provide UL-approved, automatic, barrier-gate parking control system.
B. Cabinets: Fabricate cabinets of (2.5mm) thick steel sheet or (3.2mm) sheet aluminum,
internally reinforced. Weld seams and grind smooth. Provide weatherproof, gasketed access
doors with flush-mounted locks; furnish two keys for each gate, keyed alike.
1. Finish cabinet, interior and exterior, with manufacturer's standard white baked-enamel
finish over primer system.
C. Gate Arm: Fabricate gate arm (floating beam support type) of lumber with (19mm actual)
thickness, length as required. Finish with manufacturer's standard coating system with black
diagonal stripes on traffic side face. Provide a mounting flange with breakaway feature to
ensure a clean break if arm gets struck.
1. Reversing Feature: Provide an automatic instant-reversing mechanism that stops
downward motion of gate arm if arm strikes an object and that immediately returns
arm to upward position. Include a 0- to 60-second variable-time reset device.
D. Operator: Provide instant-reversing motor for operating gate arm. Transmit power to gate-arm
drive shaft through a harmonic-acting crank and connecting rod. Fabricate cranks, rod, and
drive shaft of galvanized solid bar steel. Provide an operable cam for adjusting arm travel.
E. Electrical Components: Provide electrical control components in factory-sealed, plug-in
controller. Provide a galvanized steel box for wiring connections.
1. One AC grounded convenience outlet.
2. 250-W strip heater with a control switch and a preset thermostat.
3. On-off switch, automatic-manual switch, with overload switch protection.
1.08 OPERATION
A. While entering to the basement parking, the automatic barrier is controlled by magnetic card;
actuated internal elements to activate barrier gate.
B. While exiting, the automatic barrier is controlled by magnetic field; passing over this field
causes magnetically actuated internal elements to activate barrier gate
1.09 ACCESSORIES
A. General: Provide hot-dip galvanize anchor bolts and other accessory items as required for
installation and operation, according to ASTM A 153/A 153M.
B. Magnetic cards: Provide 1000 magnetic cards for system operation or as an Employer’s
Required.

© 01 International W.L.L Parking Control Equipment


11150-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 3 - EXECUTION
1.010 EXAMINATION

A. Before installation, examine areas to receive parking control equipment. Verify that critical
dimensions are correct and conditions are acceptable.

1. Proceed with installation only after unsatisfactory conditions have been corrected.

1.011 PREPARATION

A. Provide templates for anchor bolts and other items encased in concrete or below finished
surfaces so as not to delay the Work.

1.012 INSTALLATION

A. General: Install parking control equipment according to manufacturer's written instructions and
placement drawings.

1. Coordinate placement of anchors and accessories encased in concrete with Division 3


Sections.

B. Loop Detectors: Cut groove in pavement and bury and seal wire loop according to
manufacturer's written instructions. Connect to related equipment operated by detector.

1.013 CLEANING AND PROTECTING

A. After installing clean finished surfaces, touch up shop applied finishes as required to restore
damaged areas.

B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and
Installer that ensure parking control equipment is without damage or deterioration at the time
of Substantial Completion.

1.014 DEMONSTRATION

A. Instruct Employer’s maintenance personnel on proper operation and maintenance of parking


control equipment. Train personnel on procedures to follow if operation fails or malfunctions.

END OF SECTION

© 01 International W.L.L Parking Control Equipment


11150-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION- 11170
WASTE HANDLING EQUIPMENT

PART 1 - GENERAL
1.01 SUMMARY
A. Provide a Microwave Disinfection Unit (MDU) of capacity 100 kg/hr to shred and disinfect
biomedical waste converting the same to normal household waste of no risk to the public
health.
B. System supplier / installer shall be familiar with construction practices and installation
requirements for the geographic area in which the equipment will be installed.
C. This specification represents only one part of the contract documentation. The remaining parts
of the contract documentation are: the General Conditions and the System Drawings.
D. The bid drawings show general location for the system. It is the responsibility of the contractor
to verify all routes and equipment placement.
1.02 SCOPE
A. Engineer, furnish, install, and test a Microwave Disinfection Unit (MDU) ready for operation.
Provide maintenance services and training for in-house maintenance personnel and system
operators.
1.03 QUALITY ASSURANCE
B. The Equipment shall be the coordinated and interfaced product of one supplier. The supplier
shall provide all devices, controls, and interface coordination to provide a complete turnkey
operational Microwave Disinfection Unit.
C. Manufacturer regularly and presently manufactures the item submitted as one of their principal
products.
D. Installer, or supplier of a service, has technical qualifications, experience and trained personnel
and facilities to perform the specified work.
E. Manufacturer’s system has been in satisfactory operation as a Disinfection unit for hazardous
medical waste on a minimum of five installations of similar type, and has been running for at
least three years.
F. All materials, components and labor shall be of the best available for the equipment proposed,
and shall be designed and engineered to comply with all requirements of the contract
documents, including intended use and implied functions.
G. All new equipment items and devices shall be fully tested in the manufacturer’s factory prior to
shipment to the project site. The owner reserves the right to inspect and witness testing.
1.04 RELATED WORK PROVIDED UNDER OTHER SECTIONS
A. Fire stop system.
B. Basic mechanical requirements.
C. Basic electrical materials and methods.
1.05 REFERENCES
A. American National Standards Institute (ANSI).
B. National Fire Protection Association (NFPA).
C. Federal Specifications (FED.SPEC).
1. QQ-S-571 E (2) Solder, Tin alloy, Tin-lead alloy.
2. WW-T-799E Tube, Copper, Seamless, Water and Refrigeration.
D. Federal Communications Commission (FCC).
E. Local regulations issued by Oman Ministry of Regional Municipalities, Environment & Water
Resources.
F. Ministerial decision No. 18/93 : Regulations for the management of hazardous waste
(Appendix 2).

© 01 International W.L.L Waste Handling Equipment


11170-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.06 SUBMITTALS
A. In accordance with shop drawings, furnish the following:
1. Manufacturer’s Literature, Data, and shop drawings of fabricated equipment. Submit
the following as o ne package:
a. Waste cart charging system.
b. In-feed hopper.
c. Extraction filters system.
d. Shredding assembly.
e. Transfer hopper.
f. Microwave generator.
g. Temperature holding section.
h. Treated waste discharge.
i. Electric steam generator.
j. Hydraulic system.
k. Ventilation system.
l. Water pump.
m. Additional components supplied.
2. Furnish system drawings which include but not limited to: equipment location with
over all dimensions that affect clearance requirements, location of all required
electrical and mechanical services, and horse power requirements of all electrical
items.
3. Provide a system test plan that describes how the system supplier will test unit to
demonstrate each feature.

PART 2 - RPODUCTS
2.01 MAUFACTURERS
A. SANITEC – USA
B. Micro. Waste Corporation - USA
C. STI - USA
D. Or Approved Equal.
2.02 GENERAL SYSTEM DESCRIPTION
A. The Microwave Disinfection Unit (MDU) disinfects infectious medical waste through the
application of steam and microwave radiation. The infectious waste temporarily held in waste
containers are emptied into an in-feed hopper via a charging system located at the front of the
equipment. Infectious waste is fed to a shredder by the feed arm where it is shredded. The
shredded material is conveyed through the microwave and temperature holding section
respectivelyfor disinfection. The outlet of the temperature holding section protrudes near the
back end of the unit and is designed to transport the disinfected waste into waste disposal
containers. From there the material can be transported to a local municipal landfill for disposal.
B. The MDU is designed to run automatically with a minimum of operator intervention.
Components of the unit are enclosed in weather – resistant steel enclosure.
C. The MDU comprises of the following subsystems:
1. Charging system.
2. In-feed hopper & feed arm.
3. Extraction system.
4. Shredder assembly.
5. Transfer hopper.
6. Microwave section.
7. Temperature holding section and Discharge Screw.

© 01 International W.L.L Waste Handling Equipment


11170-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.03 DESCRIPTION OF THE SYSTEM COMPONENTS


A. Charging System
1. The charging system is used for loading the infectious waste into the in-feed hopper.
This operation is controlled via the Operators Control Panel.
2. The charging system consists of a hydraulically operated lift assembly and in-feed
hopper door (flap) through which the waste container (up to 1100 liters) is emptied. The
in- feed hopper flap is raised and lowered by two hydraulic cylinders mounted on the
MDU roof. A carriage assembly is attached to the hopper flap by means of a connecting
rod, which runs inside U-shaped guide rails. The rails are fitted vertically along the front
end of the unit. So, as the hopper flap is opened, the carriage raises the waste container.
The carriage can be modified to accommodate waste carts supplied by various
manufacturers.
3. The in-feed hopper door (flap) assembly is fitted with two proximity switches, which
detect the position of the flap. The flap's position, open or closed, is fed from the
respective switch to the Programmable Logic Controller (PLC), which controls the
charging operation. As the in-feed hopper flap comes to its fully opened position, the
waste container is tipped, allowing the waste to fall into the in-feed hopper. The tipping
operation is complete when the flap has reached its maximum opening. Once the waste
container has been emptied (waste container fully tipped), the carriage assembly must
be moved to its lowest position to ensure that the flap is completely closed and the waste
container is down. If the flap is not fully closed, the shredding system will not start.
After the waste has been charged into the system and the flap is fully closed, the unit
continues automatic operation and the shredding system will operate.
4. The operating sequence of the charging system commences when the operator
acknowledges a system charge request by momentarily pressing the LIFT UP push
button switch. The system runs through its pre-charging sequence, and starts the
hydraulic power unit operating. The operator's lift up and lift down controls are enabled
allowing the operator to charge the system. When the lift reaches the full up position,
the flap-open proximity switch is activated, stopping the lift up operation via the PLC.
The action of reaching the full up position indicates to the PLC that the waste has been
transferred from the container to the hopper. When the lift reaches the full down
position, the flap closed proximity switch (30) is activated, stopping the lift down
operation via the PLC. If the lift has traveled from the full up position and then to the
full down position, the PLC will recognize that the charging operation has been
completed and the hydraulic unit will discontinue operation.
B. In-Feed Hopper & Feed Arm
1. The In-feed Hopper is fitted with a rotating feed arm located inside the hopper. The feed
arm ensures uniform feeding of waste into the shredder blades. On the opposite side of
the feed arm motor, there is one proximity switch. The switch detects the position of the
feed arm during charging.
2. The feed arm must be positioned so that waste entering the hopper is not restricted. The
same switch counts the revolutions of the feed arm a sit turn sand reverses direction.
3. The feed arm operating sequence is delayed after charging the MDU allowing the waste
to be gravity fed to the shredder .After the delay, the feed arm operation commences. As
it turns it encounters resistance due to waste buildup. As the resistance increases, the
current draw of the motor also increases. When the current draw reaches a certain level,
a current relay is actuated signaling the PLC of the high current condition.
4. The PLC in turn stops the feed arm motor, waits five seconds for the motor to stop
rotating, and then reverses the motor's direction.
5. The feed arm operates in reverse until excessive resistance is again encountered or the
feed arm has rotated in reverse to the six o'clock position.
6. The PLC will then stop the feed arm motor and wait five seconds for the motor to stop
rotating.

© 01 International W.L.L Waste Handling Equipment


11170-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. The process is then repeated when the feed arm is rotating in the forward direction.
When the feed arm makes four full revolutions in the forward direction without tripping
the current relay, the PLC assumes that the hopper is empty and calls for system
charging. The operator cannot feed waste into the MDU unless the PLC determines that
the hopper is empty and the MDU is operating properly.
8. The in-feed hopper is also fitted with four steam injection nozzles and four water spray
nozzles. Steam and water are used to prepare the in-fed hopper to receive waste. Steam
is used to manually disinfect the in-feed hopper. The hopper walls are the normally
insulated to hold in the steam temperature.
9. When the hopper is empty, and ready for another charge, steam is injected during the
charge preparation to fully saturate the hopper area. After the steam is injected and held,
water is sprayed into the in-feed hopper to quench the interior and condense the steam.
The extraction system then turns on to evacuate the steam from the hopper.
10. This sequence also accomplishes abatement of air borne pathogen emissions from
creating an unsafe working environment. This entire decontamination sequence is
automatically initiated by the PLC when the MDU is ready to receive another charge of
waste. The hydraulic waste charging system will not operate until this sequence is
completed. At that point, the operator will hear an alarm and see the LIFT-UP button
lamp illuminated, only then will the lift controls function.
C. Extraction System
1. The Extraction System is used to evacuate steam from the in-feed hopper during the
charging sequence. The extraction damper opens a duct to the extraction filter assembly,
which draws (extracts) the steam and air from the in-feed hopper prior to and during the
waste charging sequence. An inlet damper on the in-feed hopper flap allows outside air
to pass into the in-feed hopper thereby evacuating the hopper volume numerous times
before the hopper flap is electronically allowed to open.
2. Operation of the extraction system commences after water is sprayed to quench the
hopper. After the water spray is completed, the extraction blower is started. The
extraction blower extracts steam and air through the pre-filter, high efficiency
particulate air filter (HEPA) and activated carbon filter (ACF), before discharging to
atmosphere. The system is designed to achieve over 11 hopper volume air changes
before the hopper flap is allowed to open. This feature simulates criteria used in
isolation room for highly infectious airborne diseases in hospitals to ensure maximum
safety. After the steam and air has been extracted fromthe in-feed hopper, the operator's
lift controls are enabled, allowing the system to be charged. When the charging
sequence is completed and the in-feed hopper flap is fully closed, sensed by the flap-
closed proximity switch, the extraction blower isturned off. When the extraction blower
is off, the extraction and inlet dampers close.
3. When the extraction system is in operation, the pressure drop across the HEPA filter is
measured by an analog type manometer located near the filter housing. The pressure
drop is used to indicate the efficiency of the filter and thereby the amount of
contamination that the filter has collected. As the filter becomes progressively more
contaminated, the pressure drop across the filter increases. A pre-filter is used to extract
moisture from the air. The filters must be replaced when the pressure drop reaches
approximately 3 in of G (0.75 Kpa).
4. Extraction drain line valves are located beneath the HEPA filter and carbon filter
housing. These valves are to be normally closed and only opened daily, to drain liquid
from these housings back into the front of the microwave treatment section.
D. Shredder Assembly
1. The shredder assembly is fed waste material from the in-feed hopper by the feed arm.
The waste is shredded to a size that can be easily conveyed and effectively disinfected.
2. The integralshreddingfunctionachievesmanybenefitsovertraditionalthermal treatment
methods:
a. Shredding pre-conditions to ensure that all items, such as suction canisters and
other items that can not be effectively treated by traditional autoclaves, are broken
apart and all infectious surfaces are exposed to treatment conditions.

© 01 International W.L.L Waste Handling Equipment


11170-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Shredded material allows for more efficient heat transfer, therefore the MDU
uses substantially less energy than traditional devices
c. Create more efficient conditions to enable processing of pathological material
3. The shredder assembly consists of a rectangular frame housing with cutter shafts
employing twin blades (cutting element) and a single speed motor, which drives the
cutter shafts in opposite directions via as pure gear. The cutting element is designed to
allow the projection of one blade to engage in the recess of the opposite blade, while
cutting at the same time. In this way, shredding over the total circumference of the blade
is achieved. In order to obtain even shredding over the entire length of the shaft, the
blades are offset on the shafts.
4. A screen is installed beneath the shredder system to control the degree of shredding. If
the shredded material is too large to fall through the screen it is forced up, around the
sides of the shredder and recycled back through the cutter blades. The material is
continually recycled this way until it has been reduced to the size governed by the
screen, allowing it to pass through to the rest of the system for treatment. The shredder
is controlled by two different sources. They consist of the high and low photo switches
located on the transfer hopper and a current sensing relay, located inthe Main Control
Cabinet. Sincereversing oftheshredder is anintegral part ofthe operation, the relay is
used to control the shredder (via the PLC) by monitoring the current draw on the
shredder motor. If the current draw exceeds the factory set limit of 40 amperes, the
shredder will come to a stop. The shredder will then automatically run in reverse
enabling the cutter blades to be released. After a short time of running in reverse, the
shredder will then come to a stop and resume rotating in the forward direction. The
reversing operational so occurs when ever the shredder is starting from a stopped
position. If an umber of reversals occur in a programmed amount of time, the PLC will
automatically shut the shredder down and the system will go to the fault mode. As the
material is shredded to its proper size, it falls in to the transfer hopper before moving on
through the systems.
E. Transfer Hopper
1. The transfer hopper is flange mounted between the shredder and the front end of the
microwave conveying section. The transfer hopper, which is welded to the microwave
section, is used as an intermediate storage for the shredder waste and controls the supply
of material to the microwave screw. The shredder supplies an adequate amount of
material for processing in the microwave section. The transfer hopper is fitted with
photo switch sensors that provide feedback signals to the PLC, which controls internal
timers to prevent false photos witch signaling. The PLC receives and outputs control
signals in response to the following conditions.
a. Material below Low Level - Indicates that there is insufficient material for the
proper operation of the microwave section (indicated by the low level photo
switch). The shredder will operate but the microwave section (MWS) will stop. If
the material stays below low level for a predetermined time, the MWS
MATERIAL LEVEL will go to fault.
b. Material between Low and High Levels - Indicates that there is a sufficient
amount of material for proper operation of the microwave segment. Both the
shredder and microwave segment operate.
c. Material above High Level - The shredder will stop when the material remains at
high level for a predetermined time. The MWS MATERIAL LEVEL will go to
fault after predetermined time.
2. This control method cycles the shredder, thus the level in the transfer hopper
continually fluctuates, providing aproper flow of material to the microwave section.
3. The transfer hopper is also fitted with a liquid level sensor for detection of an
excessive amount of liquid.
4. The sensor is used to ensure that the hopper does not fill up with liquid, which can
cause problems during operation.

© 01 International W.L.L Waste Handling Equipment


11170-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. In the event excess liquid is detected, the System warnsofimpending shut down by
flashing the MWS LIQUID LEVEL lamp on the Touch Screen. After a delay, the
enunciator warning horn sounds and the system goes to fault.
6. The transfer hopper is also equipped with a sample entry point located below the
shredder to allow the insertion of microbiological test specimens for the testing of
disinfection performance.
F. Microwave Section (MWS)
1. The microwave section heats the shredded waste in a continuous operation.
2. Heating is achieved by steam injection and microwave radiation applied as the
material passes through the MWS.
G. Steam Application
1. At a predetermined distance from the transfer hopper, before MWG#1, steam is
injected into the MWS by four (4) steam nozzles.
2. Steam is used to maintain the temperature of the waste and provides the proper
environment for the microwave energy to per form disinfection.
H. Temperature Control & Faults
1. Microwave radiation is introduced along the length of the microwave segment by six
(6) microwave generators (MWG). A temperature sensor located between MWG #2
and MWG #3 monitors the MWS Entry Temperature. If low temperature exists for
too long a period of time, the MWS Entry Temperature will go to fault. A
temperature sensor located between MWG #5 and MWG #6, monitors the
temperature of the material as it exits the MWS (MWS Exit Temperature). During
system operation the MWS screw speed is determined by the MWS Exit
Temperature.
2. If the material temperature is below 203 degree F (95 degree C), the MWS screw
will run at 50% full speed.
3. If the material temperature is 203 degree F (95 degree C) or above, the MWS screw
will run at 100% (Full Speed). The MWS Exit Temperature is enabled when MWG
#5 is enabled. The MWS Exit Temperature will go to fault after 5 minutes of low
temperature only when enabled.
I. Microwave Generators (MWG)
1. The MWGs input the microwave energy necessary to maintain the operating
temperature above the set-point to ensure waste disinfection. The MWGs are
installed in specially designed stainless steel housing, and (together with HF sealing)
are bolted onto the wave-guides via the resonance chamber. The control and power
supply wires are fitted with plug-in connectors to facilitate our meter indicates the
1,400 hours of the MWG preheating filament. A radial fan is located inside
total operating
each MWG housing cools the magnetron tubes.
2. It is important therefore that the air inlet and outlet vents are kept clean to allow
proper circulation. Keeping the MDU doors closed will help prevent dirt and dust
from fouling the MWG air vents.
3. An interlock switch is installed on each microwave generators mounting base. This
interlock disconnects power to the microwave generator when removed fromthe
operational position.
4. Each MWGis monitored by a watchdogTimerwithin itsstainless steel housing.Ifthe
current draw of a generator is not within a preset range, the system will signal a fault.
Should a MWG be out of service, the MWG power and control can be manually
switched offatthe control cabinet.
5. A minimum of four MWGs must be on for the system to operate.
J. MWS Operation
1. The MWS operates independently of the charging operation and microwave
generation takes place only under the following conditions:

© 01 International W.L.L Waste Handling Equipment


11170-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. When the microwave screw conveyor has a sufficient amount of material and:
a. Microwave Generator (MWG) fan is operating.
b. The microwave screw is operating.
c. MDU entrance door is closed.
3. The transfer hopper photo switches must indicate that a sufficient level (supply) of
material exists. The MWG fan must be operating before the MWS screw can turn.
The fan forces air between the wave-guide and window of each MWG to prevent
condensation and sparking.
4. A proximity switch located at the screw conveyor's gear motor screw shaft, counts
the number of revolutions of the screw. After the MWS screw has completed its first
revolution (after start-up) steam is pulse injected. After a total of six revolutions, the
first microwave generator (MWG) will turn on (be come enabled). At this time steam
injection changes to a continuous injection when the MWS screw is turning and
pulse injection when the MWS is off. After two additional revolutions, the second
MWG will be come enabled. Every second revolution thereafter, the next MWG in
turn will be come enabled until all selected MWG are on. After all selected MWG
units are enabled (on), the steam injection changes to a pulsed injection, whether the
MWS screw is turning or not turning. After one additional revolution, the second
MWG will be disabled. After each additional revolution, the next MWG in turn will
be disabled until, Units are disabled (off) the steam injection will turn off for the
remainder of the shutdown sequence and the MWS Exit Temperature will be
disabled. This shutdown sequence ensures that all waste material is treated before
exiting the microwave section and entering the temperature holding section.
5. The MWG operation is interlocked with the unit's door and each MWG is
interlocked with a key typesafety switch asa protective measurefor personnel safety.
Shouldthe door be opened while the system is operating, the MWGs willshut down
and will not restart until thedoorisclosed.
6. The rest of the system will continue to operate as long as the temperature remains at
operational levels. If the door, however, is left open for an extended period, the
system temperature will drop, causing the system to go into a fault condition and stop.
The door open switch can be over-ridden, to allow for testing and maintenance of the
system by qualified personnel.
K. Temperature Holding Section (THS)
1. The Temperature Holding Section (THS) is the final stage of the disinfection process.
The THS consists of two component areas; the hopper and the discharge conveyor.
L. THS Hopper
1. The THS hopper is thermally insulated to prevent internal cooling and is flange
mounted to the exit end of the Microwave Section(MWS). As treated material exits
the MWS, it falls into the hopper of the Temperature Holding Section (THS). The
material is retained in this section as part of the disinfection process and the material,
temperature is monitored aspartof thecontrol process.
2. The hopper is also used to compensate for variances in the flow of treated material
between the MWS and the THS discharge screw. High and Low level photo sensors
mounted in the hopper provide feedback signals to the PLC, which controls internal
timers to prevent false photo switch signaling. The PLC in turn outputs control signals
in response to the following conditions:
a. Material below Low Level - Indicates that there is insufficient material in the THS
hopper. Under this condition the MWS screw conveyor continues to operate but
operation of the THS discharge conveyor is temporarily disabled. After a period of
time below low level, the system goes to fault.
b. Material between Low and High Level - Indicates that the hopper level is
satisfactory. The MWS conveyor and THS discharge screw conveyor will operate
normally.

© 01 International W.L.L Waste Handling Equipment


11170-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Material above High Level - Indicates that the THS hopper is full, causing the
MWS screw conveyor to stop. If the material remains at high level for a
predetermined time, the THS MATERIAL LEVEL will go to fault.
d. When the material level falls below the high-level photo switch, a time delay will
allow the MWS screw conveyor to restart. This control method cycles the MWS
and THS screw conveyors so that the
e. THS Hopper material level remains relatively constant, during automatic
operation, thereby providing a proper flow of discharging material.
M. The Discharge Conveyor
1. The THS discharge screw conveyor is mounted to the bottom of the hopper and is
supported by a stand that is located outside of the unit. It is used to feed the
disinfected waste into the granulator or discharge the disinfected waste from the unit
directly into a waste container, which is positioned directly below the outlet.
2. A temperature sensor is located at the bottom of the THS hopper section just above
the entry area to the THS screw conveyor (THS exit temperature).
3. This sensor monitors temperature of the waste in the THS. The THS exit temperature
sensor becomes enabled when MWG#6 is enabled.
4. The temperature must be 95°C or greater. If the temperature stays below 95°C for five
minutes, the THS exit temperature willgoto fault.
5. The bottom portion ofthe THS discharge conveyor is insulated to protect personnel
from bums thatcan occur due to the high-internal temperatures.
6. The upper portion is not insulated to condense any residual steam and allow the
material to cool down before it exitsthe conveyor.
N. Auxiliary Equipment
1. The MDU auxiliary equipment consists of separate items that perform specific
functions in support of the waste disinfection process.
2. The following paragraphs describe this equipment.
O. Steam Generator
1. The PLC monitors the steam generator and determines its operating status. Upon
automatic start-up, the steam generator begins to warm up.
2. When the steam temperature reaches 150 degree C the PLC starts the system. If this
temperature is not reached within several minutes, the system will go to fault. If the
steam temperature drops below 150 0C and does not recover aftera period of time, the
system goes into "sleep mode".
3. In the "sleep mode" the system is automatically stopped to allow the steam generator
time to recover (steam generator remains ON).
4. When the system is in sleep mode, the PLC waits for the steam temperature to reach
150 degree C before returning the system to automatic operation.
5. This assures that the steam generator has built up a sufficient supply of steam. If this
temperature is not reached after several minutes, the system will go to fault.
P. Hydraulic Unit
1. The hydraulic unit is used for operating the charging system. The unit is completely
self- contained consisting of a pump, reservoir and solenoid valves.
Q. Water Pump & Window Spray
1. The water pump supplies water at low pressure to the spray nozzles located at the in-
feed hopper and over each viewing glass in both the transfer and THS hopper.
2. At the in-feed hopper, water is sprayed during the charge preparation sequence to
quench the hopper's interior and condense steam that was previously injected.
3. At the transfer and THS hoppers, water spray is used to wash away material so that
the photo switches havean unrestricted path through the viewing windows, thereby
allowing proper operational control.

© 01 International W.L.L Waste Handling Equipment


11170-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. The PLC engages the water pump and spray valve under the following conditions:
a. When the viewing glass is blocked due to high level of material in the transfer
hopper.
b. At the transfer hopper, water is sprayed on the viewing glass every three
revolutions of the MWS screw.
c. This ensures that the photo switches are always reading the correct material level.
d. Whenever the SPRAY push button is pressed on the Main Control Cabinet. The
switch must be released and pressed a second time to produce another spray.
R. Ventilation System
1. The MDU ventilation system is comprised of a thermostatically controlled fan with
mechanical louvers at the discharge end of the MDU, and a motor driven louver,
located at the charging end of the unit. Both sets of louvers, open and close, as the fan
turns on and off, automatically drawing air through the MDU.
2. Since power for the ventilation system is always on, it may not be unusual for the fan
to turn on by itself even though the system is not operating.
3. The thermostat is located on the same wall as the extraction filter and has been factory
preset to operate at approximately 80 degree F (26.6 degree C).
S. Interior Lights
1. There are three types of fluorescent light fixtures attached to the ceiling of the unit.
They consist of a single 40-watt fixture located next to the in-feed hopper (man door
Side), a double 96-watt fixture located over the length of the MWS and a double 40-
watt fixture located next to the in- feed hopper (shredder motor side).
2. A light switch is conveniently located at the entrancedoor, inside the shelter.
T. Door open over-ride switch
1. The door open over-ride switch isa key-type switch located next to the interior light
switch. The over-ride switch allow strained personnel to operate the system, with the
door open while the MWGs are operating.
2. The switch issued for maintenance purposes only and should not be used during normal
system operation.
3. It is important that the switch be turned off to assure safety of personnel.
U. Outlet Receptacles
1. The MDU is fitted with ground fault interrupt type, duplex outlet receptacles. They consist of
the following:
a. Three brown outlets, for space heaters (15 amps).
b. Two duplex outlets with ground fault protection, located inside the MDU for
general use
c. Two duplex outlets with Ground Fault Protection, located outside the MDU for
general use.
V. Power Distribution Panel
1. The distribution panel is located to the right of the Main Control Cabinet and houses
circuit breakers for all 120VAC devices.
2. A circuit breaker panel, located above the distribution panel, serves as a disconnect switch
and protection device for the distribution panel.

© 01 International W.L.L Waste Handling Equipment


11170-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.04 GENERAL TECHNICAL CHARACTERISTICS


The following table shows the minimum technical requirements of the MDU system:
Parameter Specifications
Overall dimensions (L x W X H) 7000 x 2800 x 3200 mm
Capacity 100 kg/hr

Water connection ¾ inch (54lt/hr)

In-feed hopper, Microwave screw, and discharge st.st. housing with external insulation.
screw material composition
Feeding hopper size 1.0. cu.m.

Extraction filter system HEPA Filter, Activated Carbon Filter.

Shredding motor 20 HP
Cutting blades 1.9 cm thick with hooks

Transfer hopper size 70 lt.

Photo sensors Through-beam type, infrared


Microwave Housing T304

Microwave Drive motor 1 HP

Insulation 3 in.
Microwave Generator HF 1.25 kw

Treated waste Discharge 2 HP

Drive motor
Steam Generator capacity 400 kg/hr

Steam Temperature 170 ᵒC

Microwave Survey Meter 2 mw/cm2 -10mw/cm2

2.05 ENVIRONMENTAL PERFORMANCE


A. Air Emissions: The MDU processes infectious waste at temperatures hot enough to inactivate
microbiological organisms, but not to a level where harmful by-products are created. The device
should not operate at a temperature above the melting point of plastics or volatile organic
compounds where emissions are a concern.
B. Liquid Effluent: The MDU should not discharge any liquid waste. There is no need for a sewer
connection.
C. Microwave Energy Emissions: The MDU must be tested for safety and leakage conforming to US
regulations. Periodic testing using a handheld leakage detection meter should be applied.

PART 3 - EXECUTION
3.01 PROJECT CONDITIONS
A. Inspection: Report to the Engineer in writing those conditions that prevent or interfere with correct
installation of work of this section.
B. Field Measurements: Verify all dimensions by field measurements before fabrication and indicate
measurements on shop drawings. Coordinate fabrication schedule with construction progress to
avoid delaying the work.

© 01 International W.L.L Waste Handling Equipment


11170-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Coordinate installation of anchorages for the MDU. Furnish setting drawings, templates, and
directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with
integral anchors, that are to be imbedded in concrete or masonry.
D. Deliver such items to project site in time for installation. Supervise and be responsible for correct
location and installation of such built-in items.
3.02 PRODUCT DELIVERY AND STORAGE
A. Unload all materials at project site. Verify with client the availability of on-site storage.
B. Protect items from damage during shipping, handling, and storage on the site. Work showing
deformations, weathering or other defects is not acceptable. Deliver materials to site at such
intervals to insure uninterrupted progress in work.
C. Storage of MDU and accessories at the site shall be the responsibility of the Manufacturer/ Supplier,
Materials must be stored to permit easy access inspection and identification. Keep materials off
ground, using pallets, plat forms, or other supports.
D. Client Representative reserves the right to reject any material that has become damaged because of
improper storage.
3.03 INSTALLATION
A. All installation work shall be fully coordinated with existing conditions and shall be accomplished
in a “First class” manner, using experienced and skilled installers under direct supervision of the
equipment supplier’s supervisor.
B. At final completion of installation, all equipment shall be cleaned, refinished as required, and be
delivered in perfect condition to the Owner.
C. The MDU contractor’s installation personnel shall organize their work and maintain orderly and
clean conditions relating to their installation.
D. The contractor at all times shall keep the premises free from accumulation of waste materials or
rubbish caused by their operations.
3.04 TESTS
A. System test plan: The test plan shall describe how the system supplier will test the system to
demonstrate each system feature and how reliability testing will be accomplished. The test plan
shall include forms and methods that will be used to record the number of transactions dispatched
from each station and log all malfunctions for reliability and downtime calculations.
B. After completion of installation, but prior to demonstration of the system for Owner acceptance, the
supplier shall make all adjustments and run operational test. Tests shall be conducted by a
competent factory trained technician possessing complete knowledge of the equipment.
C. Testing for acceptance and reliability: When the system pre-acceptance test is completed
satisfactorily, the supplier’s technical representative, who is thoroughly familiar with the system,
shall test the system in the presence of the Owner or his representative for compliance with the
contract documents. The system test plan, previously submitted to the Owner’s representative for
approval, operating manuals and as-built drawings must be on hand.
1. Supplier shall provide sufficient manpower and instrumentation to efficiently carry out the
test.
2. Representatives of the Owner and the supplier shall examine all workmanship and
material before conducting the operational test. Any deficiencies shall be corrected before
continuing the operational test.
3. Each individual system feature, as described in this specification, shall be successfully
demonstrated by the manufacturer’s representative.
4. Printer printouts showing the results of the above tests shall be submitted to the client.
5. Supplier’s representative shall log malfunctions printed out including cause, location,
corrective measures taken and time to restore service. Only properly logged incidents shall
be the basis for reliability calculations.
6. System to be evaluated three (3) months and six (6) months after start up of final phase. At
this time, evidence of less than one percent (1 %) downtime or else corrections must be
made.

© 01 International W.L.L Waste Handling Equipment


11170-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.05 TRAINING
A. Guidelines for Service Personnel: The guidelines for service personnel will describe all activities
required during operation of the unit. For each activity the required staff positions will be defined
and the way of performing the activity according to the required standards will be outlined. This
will include the related health and safety measures as well as the measures to be taken in case of
emergencies. Also these guidelines as a result will represent one chapter of the Operation Manual.
B. Preparation of Training Manual: Based on the guidelines prepared for the service personnel for their
major aspects to be focused specific training manuals will be prepared to be used during the training
workshops. In a parallel a training program and the related schedule will be developed. The
program will consider the different levels of staff to be involved in the operation according to the
organizational structure outlined in the Operational Manual. The training shall be focused on the
understanding and management of the overall concept so that each staff member will get to know
the importance of his position and the related responsibility.
C. Training Workshops: The program developed during the preparation of training manual shall be
implemented in stages and the Tenderer has to suggest the program, for example 3 periods of
each 2 weeks. During each training period all identified training group like management,
supervisors and workers will be trained on the specific subjects. In the successive workshop the
subject of the previous workshop will be repeated and recalled, so that on a common basis of
understanding new subjects of the guidelines have been introduced and will be recalled in a
final examination. If required by the Client an examination can be scheduled after each period,
what might increase the attention of the participants. As already stated the training workshops
will only cover the technical issues in general and be focused on management and
organizational issues. The detailed technical training shall be carried out by the suppliers after
completion of their technical designs. In any case the training has to be repeated just before the
operation of the collection system. The repetition of training workshops should be included in
the financial offer.
3.06 OPERATING
A. Provide ten bound sets and one electronic copy (CD) suitable for reproduction set of operating
instructions detailing in simple English and with sketches, diagram and / or photos, the methods and
procedures needed to operate the equipment in an efficient and safe manner.
B. Provide a minimum of eight hours of classroom and “hands on” training to hospital personnel in the
safe, effective and efficient use of the equipment. The training shall be formal and shall follow a “
Lesson plan”. The Owner reserves the right to film, photograph or otherwise document the training
sessions.
C. The Tenderer if required by the Client shall fully operate and maintain the system for a minimum
period of 2 years or as required by the Client. The Tenderer shall supply all the equipment’s
spares, consumables, materials, labor and other items associated in fully operating and maintaining
the system for 2 years after project handover.
3.07 MAINTENANCE
A. Provide five bound sets and one electronic copy (CD) suitable for reproduction, of complete
maintenance instructions for the equipment supplied. Instructions shall include full detailed parts
list, ASBUILT drawings, wiring diagrams and similar cuts. Maintenance manuals shall be updated
to current conditions during maintenance period.
B. Provide a minimum of sixteen hours of classroom and “hands on” maintenance training prior to the
turnover of the system to the owner.
3.08 WARRANTY
A. All labor and materials furnished in connection with the MDU shall be subject to the terms of
Guarantee of the GENERAL CONDISIONS, except the guarantee period is two years,
including expendables. Any component items normally considered expendable (i.e. light bulbs,
fuses, etc.) that fails during warranty period shall be replaced. Upon receipt of notice from the
owner of any failure of any portion of materials or workmanship furnished, the failure shall be
corrected at no additional cost to the owner.
B. Warranty shall be renewable.

END OF SECTION

© 01 International W.L.L Waste Handling Equipment


11170-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11172
WASTE COMPACTOR

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The general provisions of the Contract, including General and Supplementary Conditions and
Division 1, General Requirements, apply to the work specified in this section.
1.02 DESCRIPTION OF WORK
A. The work of this section shall include but not be limited to the following:
1. Waste Compactor
2. Waste Container
1.03 RELATED WORKS SPECIFIED ELSEWHERE
A. Electricity
1.04 SUBMITTALS
A. Submit catalogue cuts to the Engineer in accordance with these specifications, showing all
details of installation and furnishing of all requirements for work by other trades.
B. Product Data: Manufacturer's product specifications, standard details and recommendations for
project conditions; indicate selected sizes and installation details specific to the project.
C. Shop Drawings
1. Plans: Scale 1:20; indicate locations, dimensions, and required associated construction
activities.
D. Quality Assurance/Control Submittals
1. Manufacturer's certification that installer of manufacturer's product is approved.
E. Close-out Submittals
1. Manufacturer's printed operation manual and maintenance data
2. Warranty Documents; Issued and executed by the manufacturer and installer of the
system.
1.05 QUALITY ASSURANCE
A. Qualifications
1. Manufacturer: Minimum five (5) years-documented experience producing products
specified in this section.
2. Installer: Approved by the Manufacture, and having a minimum of five (5) years
experience.
B. Pre-Installation Meetings
1. Convene at job site a minimum of seven (7) calendar days prior to scheduled
beginning of installation of this section to review requirements of this section.
1.06 WARRANTY
A. Manufacturer's warranty: Furnish manufacturer's standard one (1) year warranty from date of
temporary certificate of occupancy or similar, locally mandated permission to use the project
common areas for their intended use. Warranty shall apply to defects in product workmanship
and materials.

© 01 International W.L.L Waste compactor


11170-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 SINGLE CHAMBER PRESS (EK-1107)
A. Manufacturers/Suppliers
1. Strautmann Umweletteechnik, www.strautmann-umwelt.de
2. Imperial Group, P.O.Box 24742 Safat, 13108 Kuwait. Tel: (965) 2450980, Fax: (965)
2450983
3. Bergmann, www.bergmann-online.com
4. Hardall International Ltd. www.hardall.co.uk
5. Verladetechnik – Loading systems
6. Substitutions: Approved Equal by the Engineer.
B. General: Volume Reduction of up to 90 %, Save of storage and transport costs, Revenues are
available for baled material, Microprocessor-control, Hydraulic bale discharge, Compaction
with up to 22 t of cardboard, paper, plastics, barrels, tins, Tetra Packs etc.
C. Description
1. Weight of the bale up to 250 kg
a. High pressing force of 220 kN (approx. 22 t pressing weight)
b. Long ram stroke up to 780 mm
c. Adjustable pressing shield guiding Type Strautmann TopPlus
2. No waiting time
a. Automatic control Type Strautmann MicroLogic
b. Quick pressing mechanism
3. User friendly operation
a. Microprocessor control Type Strautmann MicroLogic
b. Visual bale ready signal
c. Easy tying of pressed bales when chamber door is open
d. Easy changeable twine coils
e. Low-noise less than 80 dB
4. Easy loading - slight install space
a. Floor space requirement under 2 m2
b. Easy opening and closing of the filling door
c. Snap - shut "quick-door" for ease of loading Type Strautmann Quick Door
5. High volume capacity
a. First filling capacity to 1, 1m3
6. High fill up volume
a. Long ram stroke guarantee a filling volume up to 0, 5m3
b. Serrated retention system Type Strautmann Circle System prevents the
expansion of materials
7. Easy bale removal
a. Structurally protected bale discharge system Type Strautmann Bale Matic
with separate hydraulic cylinder block and automatic back stroke
8. High safety standards
a. Triple encoded solenoid switch for surveillance of door latch

© 01 International W.L.L Waste compactor


11170-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Bolted doors (to be unlocked by foot) when opening


c. GS-checked safety norms
d. Manufactured according to CE norms
9. Premium package
a. Pressing weight 22 t
b. 4 rolls of twine Type Strautmann SU 13/500
c. 50 clip fasteners for easy tying of strapping twine
d. Transport height 1900 mm
10. Options
a. Integrated hooks in the pressing shield
b. Automatic door opening
c. Strautmann bale twine Type Strautmann SU 13/500
d. Ratchet for tighten the twine
e. Zinc plated version for wet waste areas
f. Connection to dust extraction
g. Explosion proof electrical version
h. Hydraulic system on basis of bio-oil
2.02 CONTINENTAL CONTAINER (MODEL 1280L)
A. Manufacturers/Suppliers
1. Hardall International Ltd or Approved Equal by the Engineer
B. Description
1. Proven track record of service with local authorities and private waste management
companies.
2. Compatible with all modern comb and DIN lifting vehicles in the UK.
3. Can be used in all locations, high profile, heavy duty or high abuse.
4. Compact and manoeuvrable.
5. Galvanised steel body.
6. Tapered body ensures complete emptying.
7. Light and easy to lift lid allows for simple disposal of small or large items.
8. Manufactured in the UK to quality assurance standard BS 5750.
9. Available with towing brackets.
10. Height: 1430mm
11. Width: 1265mm
12. Depth: 985mm

PART 3 - EXECUTION
3.01 EXAMINATION
A. Verification of conditions
1. Area in which system is to be located is correct size and location, and is prepared for
installation of compactors and components.

© 01 International W.L.L Waste compactor


11170-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Installer's examination
1. Have installer of this section examine conditions under which construction activities
of this section are to be performed, then submit written notification if conditions
under which construction activities of this section are to be performed are
unacceptable.
2. Beginning construction activities of this section before unacceptable conditions have
been corrected is prohibited.
3.02 INSTALLATION
A. Install and place the equipment and their components in accordance with the ACP drawings.

END OF SECTION

© 01 International W.L.L Waste compactor


11170-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11173
MEDICAL WASTE INCINERATOR

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The general provisions of the contract, including General and Supplementary Conditions and
Division 1, General Requirements, apply to the work specified in this section.
1.02 DESCRIPTION OF WORK
A. The work of this section shall include but not be limited to the following:
1. Medical Waste Incinerator and flew gas treatment system.
1.03 RELATED WORKS SPECIFIED ELSEWHERE
A. Electricity
1.04 SUBMITTALS
A. Submit catalogue cuts to the Engineer in accordance with these specifications, showing all
details of installation and furnishing of all requirements for work by other trades.
B. Product Data: Manufacturer's product specifications, standard details and recommendations for
project conditions; indicate selected sizes and installation details specific to the project.
C. Shop Drawings
1. Plans: Scale 1:20; indicate locations, dimensions, and required associated construction
activities.
D. Quality Assurance/Control Submittals
1. Manufacturer's certification that installer of manufacturer's product is approved.
E. Close out Submittals
1. Manufacturer's printed operation manual and maintenance data
2. Warranty Documents; Issued and executed by the manufacturer and installer of the
system.
1.05 QUALITY ASSURANCE
A. Qualifications
1. Manufacturer: Minimum five (5) years-documented experience producing products
specified in this section.
2. Installer: Approved by the Manufacture, and having a minimum of five (5) years
experience in installing similar projects.
B. Pre-Installation Meetings: Convene at job site a minimum of seven (7) calendar days prior to
scheduled beginning of installation of this section to review requirements of this section.
1.06 WARRANTY
A. Manufacturer's warranty: Furnish manufacturer's standard two (2) years warranty or more from
date of temporary certificate of occupancy or similar, locally mandated permission to use the
project common areas for their intended use. Warranty shall apply to defects in product
workmanship and materials.

PART 2 - PRODUCTS
2.01 APPROVED SUPPLIERS
A. SANTES - TURKEY
B. ECODAS – FRANCE.
C. JOSEPH EGLI - SWITZERLAND.
D. Equal approved.

© 01 International W.L.L Medical Waste Incinerator


11173-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 3 - INCINERATOR DESIGN


3.01 DISCRIPTION OF TECHNOLOGY
Waste incineration system is design to handle the medical waste within the below classification.
Additionally, glass and metal particles and industrial wastes disposed to the incineration system are
reshaped within the system with the application of high temperature, and collected from the system with
the incombustible ash. With the application of higher temperatures, infectious properties of glass and
metals particles are removed.
Category Type of Clinical Waste
Category A Category A includes identifiable human tissue,
blood, animal carcasses, tissue from veterinary
centers, hospitals or laboratories, soiled surgical
dressings, swabs and other similar soiled waste.
Category B Category B includes discarded syringe needles,
broken glass and any other contaminated
disposable sharp instruments or items.
Category C Category C includes microbiological cultures and
potentially infected waste from pathology
departments or other clinical/research laboratories.
Category D Category D includes drugs or other
pharmaceutical products.
Category E Category E includes items used to dispose of
urine, faeces and other bodily secretions or
excretions
3.02 DESIGN CONSIDERATIONS
Waste to be treated Medical Waste
Type of the System Stationary
Hourly Capacity of the system 100 kg/hr
Duration of Operation 8-24hrs/day
Fuel Type Diesel
Calorific Value of the Waste 3500 kcal/kg
Treatment System Units 1. Automatic Loading Unit
2. Liquid Injection System
3. Primary Combustion Chamber
4. Secondary Combustion Chamber
5. Heat Exchanger
6. Flue Gas Treatment Unit
i. Dry Scrubber
ii. Wet Scrubber
7. ID Fan
8. Main Stack
9. Automatic Control Unit
Temperature of Primary Chamber 1000 °C
Temperature of Secondary Chamber 1200 °C
Desired Emission Standards in Compliance with EU Standards

© 01 International W.L.L Medical Waste Incinerator


11173-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.03 MEDICAL WASTE INCINERATION SYSTEM


A. Automatic Loading Unit
1. Automatic waste loading unit is the part of main combustion chamber that enables the
air tight waste supply to the combustion system. Waste is loaded to the incineration
system by automatic loading unit. Loading Unit is fully automated and controlled by
Program Logic Controller (PLC).
2. Loading unit is designed in an air-tight structure and wastes are loaded to the main
combustion chamber via loading ram. Loading cycle starts with the loading of waste
hopper manually.
3. When the upside door of loading hopper is opened, wastes are loaded manually to the
hopper and the upside door of the hopper is closed.
4. As the hopper is loaded, wastes are fed into combustion chamber automatically via
hydraulic ram. With the opening of chamber loading door, the ram starts its front
movement for waste feeding.
5. As soon as the wastes are loaded, ram moves back and the chamber loading door is
closed. This corresponds to the end of one whole loading cycle.
6. With this design, waste loading is achieved in air tight way and any energy loss with
in loading is eliminated.
Unit name Automatic Loading System
Function Feeding of Wastes into the Main Combustion Chamber
in an air tight way
Quantity 1 Unit
Capacity 100 Kg/h
Equipment Hydraulic Unit
Table 1.Technical Specifications of Automatic Waste Loading Unit
B. Liquid Waste Feeding System
1. Liquid injection system is specially designed for the specified type of waste. In this
system following equipment will be used:
a. Liquid Tanks
b. Liquid Pump
c. Pressure Regulator for Air & Air Filter
d. Pressure Regulator for Liquid & Liquid Strainer
e. Air Atomizing Nozzle
2. Materials of all equipment are selected as corrosion resistance.
3. Liquid Tanks
a. Incineration system is equipped with liquid waste injection system including
liquid waste tanks.
b. There will be totally 2 tanks each with 50 Liters from PE or PP.
c. Tanks have easy filling tank inlet and there is an outlet for enabling liquid
waste injection to the incineration system.
4. Liquid Pump
a. Liquid waste will be directed to the nozzles via mechanical diaphragm pump.
This pump has a capacity of 50 L/h.
b. It is made of AISI 316 its stator.It has a capability to pump liquids containing
solid particles up to 50 mm particle size whereas the for the sake of the
system and nozzles 500 micron filter will be installed to the system.

© 01 International W.L.L Medical Waste Incinerator


11173-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. It can work with the liquids in any pH values, as well as adhesive and toxic
liquids.
d. Liquid is strained after the pump in order to prevent the damages in the
pump. Mesh size of the filter is 500 micron.

Figure 1. Liquid Dosage Pump


5. Pressure Regulator for Air & Air Filter
a. Diaphragm-type air pressure regulator features a balanced valve design. Air
pressure regulator automatically relieves excessive pressure in a regulated
airline.
b. The regulated line pressure can be reduced with the regulator adjusting knob.
c. Diaphragm-type air pressure regulator is made of stainless steel which has
resistance for corrosion.
d. Air coming from the compressor with high pressure is regulated to the values
required at the end of the air atomizing nozzle.
e. Pressure gauge is installed to the regulator.
f. Any particles that may block the nozzle will be captured by air filter.
6. Pressure Regulator for Liquid & Liquid Strainer
a. Liquid pressure regulator is non-relieving diaphragm-type regulators. It is
made of stainless steel. Pressure required for the nozzle is first strained and
then regulated by means of this device. Then the liquid is directed to the end
of nozzle for atomizing process.
b. Liquid strainers are designed for effective strainer performance with minimal
maintenance.
c. They protect against the wear and malfunction of nozzles caused by liquid
carried foreign matter.
d. Liquid strainers have a removable bottom cap or a removable bottom plug
for complete withdrawal of the entire screen assembly.
7. Atomizing Nozzle
a. Filtered and regulated fluid and liquid is directed to the atomizing nozzle for
spraying the liquid waste to the primary combustion chamber of the
incineration system.
b. Flow is given to the system via spray nozzle namely hollow cone hydraulic
atomizers.
c. Hollow cone hydraulic atomizers are designed to deliver a very finely
atomized hollow cone spray, even at low pressure values.
d. With this type of nozzle very fine droplets forms in the spray cloud like a fog
can be obtained.

© 01 International W.L.L Medical Waste Incinerator


11173-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Figure 2.Spray cloud, like a fog

Figure 3.Spray Nozzle


C. Main Combustion Chamber
1. The aim of the waste combustion is to reduce the volume and the weight of the waste.
Primary combustion unit is the part of the whole incineration system in which the
solid phase is turned into ash and combustible gases at 1000ºC. In primary
combustion chamber, wastes are incinerated with starved air which is named as
pyrolysis.
2. Wastes are loaded automatically to the incinerator. The burner operation is stopped
with the opening of the loading door automatically for health and safety issues.
Automatic loading door has locks to eliminate any unnecessary or uncontrolled
opening of the loading door. Loading door is also lined with refractory material.
3. Inside of the combustion chamber is lined with special refractory bricks having high
aluminum content and insulate bricks to reduce the heat losses to minimum. Outside
of the combustion chamber is covered with thick sheet steel. Inside temperature of the
combustion chamber is continuously measured via thermocouples and monitored on
the control panel. According to the results of these measurements, burner on/off is
enabled.
4. Fresh air is introduced to the system from the side walls of the chamber. The burner
air will help dust to be mixed by oxygen for a better efficiency. Burner air can be
adjusted automatically from panel.
5. Approximately 5% of the waste remains as incombustible ash and accumulates at the
bottom of the chamber. It is removed at the end of the operating cycle automatically.
Unit name Primary Combustion
Function Waste Incineration
Loading Loading
De-ashing Automatic
Material Steel Metal
Capacity 100 kg/h

© 01 International W.L.L Medical Waste Incinerator


11173-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6. Refractory Material
Equipment Name High Alumina Fire Brick
Function Refractory
Place Primary Combustion Chamber
Type-1
Quality TA/A
Density 2,15-2,25 gr/cm3
Apparent Porosity %16-20
Refractoriness 33 SK, 1730 °C
Refractoriness under Load 1380 Ta °C
Dimensions 6*11*22 cm (l x w x h)
Type-2
Quality FN/G
Density 2,2-2,3 gr/cm3
Apparent Porosity %18-22
Refractoriness 35 SK, 1780 °C
Refractoriness under Load 1460 Ta °C
Dimensions 6*5*11*22 cm a x b x l x h

Equipment Name Refractory Mortars


Function Assembly of the refractory
Place Primary Combustion Chamber
Quality TA/HR-60
Type Of Bonding Ceramic
Particle Size 0-0,5mm
Density 2,0-2,3 gr/cm3
Refractoriness 32K, 1710 C
7. Thermocouple
Equipment Name Thermocouple
Function Measurement of the temperature
Place Primary Combustion Chamber
Model Cr-Ni (Type K)
Max. Operating Temp. 1200°C
Protecting Tube 2 mm, INCONEL

© 01 International W.L.L Medical Waste Incinerator


11173-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. Ash Removal Unit: With the combustion of solid wastes, combustion gas and ash is
attained. The amount of ash is estimated to be 3-8 % of the total handled amount. At
the end of rotary kiln, ash is removed with automatic ash removal unit. The unit is
equipped with an ash damper to enable the removal of ash from the incineration
system to ash removal pit. Ash is collected with a wet system to remove the
substantial temperature of ash. In the pit, with the use of a conveyor system, ash is
collected and removed to ash collection container. The conveyor is operating in the
principle to collect and transfer ash from pit to conveyor continuously. The material is
resistant to any corrosive effects.
D. Post Combustion Chamber
1. In the post combustion chamber, (secondary combustion chamber) gases originated
during the incineration of wastes in the main combustion chamber are re-burnt in
excess air at 1200 °C during 2 seconds. There is one post-combustion burner and air is
introduced through fresh air fan. Post combustion chamber is also lined with
refractory, insulate and sheet steel. Inside temperature of the combustion chamber is
continuously measured via thermocouples and monitored on the control panel.
According to the results of these measurements, burner on/off is enabled.
Unit name Secondary Combustion Chamber
Function Waste Incineration
Residence Time 2 seconds
Quantity 1 Unit
Material Steel Metal
Temperature 1100 ºC

2. Refractory Material
Equipment Name High Alumina Fire Brick
Function Refractory
Place Secondary Combustion Chamber
Type-1
Quality TA/A
Density 2,15-2,25 gr/cm3
Apparent Porosity %16-20
Refractoriness 33 SK, 1730 °C
Refractoriness under Load 1380 Ta °C
Dimensions 6*11*22 cm (l x w x h)
Type-2
Quality FN/G
Density 2,2-2,3 gr/cm3
Apparent Porosity %18-22
Refractoriness 35 SK, 1780 °C
Refractoriness under Load 1460 Ta °C
Dimensions 6*5*11*22 cm a x b x l x h

© 01 International W.L.L Medical Waste Incinerator


11173-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Equipment Name Refractory Mortars


Function Assembly of the refractory
Place Secondary Combustion Chamber
Quality TA/HR-60
Type Of Bonding Ceramic
Particle Size 0-0,5mm
Density 2,0-2,3 gr/cm3
Refractoriness 32K, 1710 oC

3. Thermocouple
Equipment Name Thermocouple
Function Measurement of the temperature
Place Secondary Combustion Chamber
Model Cr-Ni (Type K)
Operating Temp. 1200°C
Protecting Tube 22 2 mm, INCONEL

E. Heat Exchanger
1. In order to decrease the temperature of the flue gas for preventing possible damages to
subsequent filtering units, air cooled heat exchanger unit is applied. Cooling is
achieved by using ambient air. Temperature of combustion gas is decrease from
1100ºC to nearly 200ºC.
Unit name Heat Exchanger
Function Reduction of the flue gas temperature
Quantity 1 Unit
Material Steel Metal

F. Flue Gas Treatment System


1. Flue gas treatment is multi pollutant control approach to remove the hazardous
content of combustion gas originated due hazardous waste incineration.
2. Among the flue gas treatment system, the units included are; dry scrubber and wet
scrubber. With the application of these units, both coarse & fine particulates and the
other hazardous gases are removed and the desired emission values are achieved. At
the end of flue gas treatment system colorless emission will be achieved, and the
emission is free from persistent fumes and mist without offensive odor.
3. Dry Scrubber
a. Dry scrubbers are used in the principle of reagent application to the flue gas
and in dry scrubbers flue gas leaving the absorber is not saturated. Dry
scrubber system is composed two steps.
b. First one is application of the activated carbon and lime (or alternatively
sodium bicarbonate or sorbacol) application through the gas originating from
combustion process for the removal of heavy metals, dioxins and furans.

© 01 International W.L.L Medical Waste Incinerator


11173-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Second one is the removal of finer particulate matter that absorb hazardous
content of the combustion gas, unreacted reagent and the reacted hazardous
content of the combustion gas with the use of Bag Filters.
4. Bag Filter
a. Bag filter is the unit that enables the removal of particulate matters
originated in the combustion process.
b. In this unit, removal is achieved in dry basis at higher efficiencies. In case of
clogging, filters are self-cleaned by Jet Pulse mechanism.
c. Main components of the Bag Filter are:
1) Bag filter housing
2) Filter bags
3) Bag cages
4) Pulse-jet air cleaning assembly
5) Air bleeding assembly

Figure 4.Bag Filter Unit

5. Bag Filter Housing


a. Bag filter housing is made in an air tight way with the insulation. Bustle type
construction at air inlet assures uniform air distribution.
b. This avoids channeling of air and hence gives consistent bag filter
performance. Bottom cone angle of bag house cone is 65° so that the powder
slides freely.
6. Filter Bags
a. Bag filter is selected with the consideration of the physical and chemical
properties of the particulate material included in the combustion gas.
b. Filter bag material is selected as PTFE by taking into consideration the
temperature coming from the heat exchanger.
c. PTFE is ready-made filter bag material which can stand the highest
temperature, 270 oC, among the other bag materials.
d. When the temperature of gas leaving the heat exchanger is considered; at
being 200ºC, PTFE is appropriate for the operation of the Bag Filter Unit.
7. Bag cages
a. The pitch between bars is kept less to adequately support bags by cages. This
avoids flex line failure between the vertical wires.
b. Careful selection of fit relationship between cage and bag avoid premature
bag failure.
c. Cages are electro galvanized coated and sharp edges on cages are avoided as
they cut or damage the bag where it comes in contact with the edge of cage.
Cages have venturi on their top and lid at the bottom.

© 01 International W.L.L Medical Waste Incinerator


11173-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. Pulse-jet air cleaning assembly


a. Within Jet Pulse cleaning mechanism of the Bag Filter, diaphragm valves are
used for each filter bag.
b. There are also timers and pressure difference mechanism for the bag filters to
manage the Jet Pulse period of the filter bags with the information taken by
pressure difference mechanism. For the removal of the particulates collected
at the bottom portion of the filter, there is a rotary valve device.
Unit name Bag Filter Unit
Function Providing enough contact time for
adsorption and particulate removal.
Cleaning System Jet Pulse
Quantity 1 Unit
Material Steel Metal
Bag material PTFE

G. Wet Scrubber
1. This system has one spray tower working with the principle of liquid injection
through the gas. In this unit, alkaline solution is injected to the gas coming from the
dry scrubber. The aim is to collected acidic content and SO2 by the injection of
alkaline liquid.
2. Liquid injection system is working as a closed circuit with the circulation pumps. The
unit is equipped with a screen to collect any material in the tank. Therefore any
clogging that may affect the operation of pumps and nozzles are prevented. The water
inside of the scrubber is directed to the ash removal system. Therefore, the water is
circulated through the whole system and wastewater formation is eliminated with the
removal of particulate matter. Other than that, pH meter and dosage pump are used to
measure the alkalinity of the liquid and to add if necessary automatically. Within the
process, the decrease in the level of caustic liquid is controlled with a level sensor and
if necessary water is added from the network. All materials are resistant to any acidic
or caustic exposure.
3. The start-up of the pump is connected directly to the control panel. The operation of
the pumps are not permitted unless the system starts to eliminate the solid waste, thus
unnecessary operation of the pumps is prevented.
4. Wastewater originated in the wet scrubber is directed to ash removal unit and in the
ash removal unit this water will be evaporated. Therefore there will be no wastewater
generation in the system.
Unit Name Wet Scrubber Unit
Function Treatment of Flue Gas
Material AISI-316
Type Wet scrubber
Quantity 1

H. Induced Draft Fan


1. ID fan is added to our filtering unit to eliminate resistance of passing through filtering
units. This fan is made as spiral housing in welded design with heat-resistant high-
duty vane wheel, precisely balanced electro-dynamically; comply with steel shaft
supported in two ball bearings, supported m-roller bearings, cooling plate between fan
and bearing including pillow and motor block.

© 01 International W.L.L Medical Waste Incinerator


11173-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. It has sectional steel base frame with anti-vibrator to prevent the transfer of structure-
borne noise and V-belt drive with motor and fan pulleys as well as endless V-belts
and guards.
I. Main Stack
1. The stack is designed considering the present architectural structure and wind
direction from Cr/Ni sheet plate and flanged, in proper length and diameter. It is
resistant to high temperatured combustion gas leaving secondary combustion
chamber.
Unit Name Main Stack
Type Flanged
Material 304 - Cr/Ni Sheet Plate

J. PLC & Control System


1. Whole incineration system is equipped with an automatic control unit and automatic
control panel which are installed to the system for the continuous monitoring of the
whole incineration process. Automatic control panel has manual control switches to
be used in case of emergency. With the automatic control unit, the following points
are handled:
a. Primary and secondary burners on/off,
b. Primary air fan on/off,
c. Safety interlock of the system display and control,
d. Temperature measurement and recording in the combustion chambers,
e. Heat Exchanger inlet/outlet temperature measurement,
f. Cooling Fan on/off,
g. Reactor on/off,
h. Jet Pulse Bag filter Cycle,
i. Wet Scrubber Pumps on/off,
j. ID Fan on/off

PART 4 - INSTALLATION
4.01 PRODUCT DELIVERY AND STORAGE
A. Unload all materials at project site. Verify with client the availability of on-site storage. Protect
items from damage during shipping, handling, and storage on the site. Work showing
deformations, weathering or other defects is not acceptable. Deliver materials to site at such
intervals to insure uninterrupted progress in work. Storage of Incineration plant and accessories
at the site shall be the responsibility of the Manufacturer/ Supplier, Materials must be stored to
permit easy access inspection and identification. Keep materials off ground, using pallets, plat
forms, or other supports. Client Representative reserves the right to reject any material that has
become damaged because of improper storage.
4.02 EXAMINATION
A. Verification of conditions: Area in which system is to located is correct size and location, and
is prepared for installation.
B. Installer’s examination
1. Have installer of this section examine conditions under which construction activities
of this section are to be performed, then submit written notification if conditions
under which construction activities of this section are to be performed are
unacceptable.
2. Beginning construction activities of this section before unacceptable conditions have
been corrected is prohibited.

© 01 International W.L.L Medical Waste Incinerator


11173-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4.03 INSTALLATION
A. All installation work shall be fully coordinated with existing conditions and shall be
accomplished in a “First class” manner, using experienced and skilled installers under direct
supervision of the equipment supplier’s supervisor. At final completion of installation, all
equipment shall be cleaned, refinished as required, and be delivered in perfect condition to the
Owner. The Incinerator contractor’s installation personnel shall organize their work and
maintain orderly and clean conditions relating to their installation. The contractor at all times
shall keep the premises free from accumulation of waste materials or rubbish caused by their
operations.
4.04 TESTS
A. System test plan: The test plan shall describe how the system supplier will test the system to
demonstrate each system feature and how reliability testing will be accomplished. The test plan
shall include forms and methods that will be used to record the number of transactions
dispatched from each station and log all malfunctions for reliability and downtime calculations.
B. After completion of installation, but prior to demonstration of the system for Owner
acceptance, the supplier shall make all adjustments and run operational test. Tests shall be
conducted by a competent factory trained technician possessing complete knowledge of the
equipment.
C. Testing for acceptance and reliability: When the system pre-acceptance test is completed
satisfactorily, the supplier’s technical representative, who is thoroughly familiar with the
system, shall test the system in the presence of the Owner or his representative for compliance
with the contract documents. The system test plan, previously submitted to the Owner’s
representative for approval, operating manuals and as-built drawings must be on hand.
1. Supplier shall provide sufficient manpower and instrumentation to efficiently carry
out the test.
2. Representatives of the Owner and the supplier shall examine all workmanship and
material before conducting the operational test. Any deficiencies shall be corrected
before continuing the operational test.
3. Each individual system feature, as described in this specification, shall be successfully
demonstrated by the manufacturer’s representative.
4. Printer printouts showing the results of the above tests shall be submitted to the client.
5. Supplier’s representative shall log malfunctions printed out including cause, location,
corrective measures taken and time to restore service. Only properly logged incidents
shall be the basis for reliability calculations.
6. System to be evaluated three (3) months and six (6) months after start up of final
phase. At this time, evidence of less than one percent (1 %) downtime or else
corrections must be made.
4.05 TRAINING
A. Guidelines for Service Personnel: The guidelines for service personnel will describe all
activities required during operation of the unit. For each activity the required staff positions
will be defined and the way of performing the activity according to the required standards will
be outlined. This will include the related health and safety measures as well as the measures to
be taken in case of emergencies. Also these guidelines as a result will represent one chapter of
the Operation Manual.
B. Preparation of Training Manual: Based on the guidelines prepared for the service personnel for
their major aspects to be focused specific training manuals will be prepared to be used during
the training workshops. In a parallel a training program and the related schedule will be
developed. The program will consider the different levels of staff to be involved in the
operation according to the organizational structure outlined in the Operational Manual. The
training shall be focused on the understanding and management of the overall concept so that
each staff member will get to know the importance of his position and the related
responsibility.

© 01 International W.L.L Medical Waste Incinerator


11173-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Training Workshops
1. The program developed during the preparation of training manual shall be
implemented in stages and the Tenderer has to suggest the program, for example 3
periods of each 2 weeks. During each training period all identified training group like
management, supervisors and workers will be trained on the specific subjects.
2. In the successive workshop the subject of the previous workshop will be repeated and
recalled, so that on a common basis of understanding new subjects of the guidelines
have been introduced and will be recalled in a final examination. If required by the
Client an examination can be scheduled after each period, what might increase the
attention of the participants. As already stated the training workshops will only cover
the technical issues in general and be focused on management and organizational
issues. The detailed technical training shall be carried out by the suppliers after
completion of their technical designs.
3. In any case the training has to be repeated just before the operation of the collection
system. The repetition of training workshops should be included in the financial offer.
4.06 OPERATING
A. Provide ten bound sets and one electronic copy (CD) suitable for reproduction set of operating
instructions detailing in simple English and with sketches, diagram and / or photos, the
methods and procedures needed to operate the equipment in an efficient and safe manner.
B. Provide a minimum of eight hours of classroom and “hands on” training to hospital personnel
in the safe, effective and efficient use of the Incinerator. The training shall be formal and shall
follow a “ Lesson plan”.
C. The Tenderer if required by the Client shall fully operate and maintain the system for a
minimum period of 2 years or as required by the Client. The Tenderer shall supply all the
equipment’s spares, consumables,
D. materials, labour and other items associated in fully operating and maintaining the system for 2
years after project handover.
4.07 MAINTENANCE
A. Provide five bound sets and one electronic copy (CD) suitable for reproduction, of complete
maintenance instructions for the equipment supplied. Instructions shall include full detailed
parts list, ASBUILT drawings, wiring diagrams and similar cuts. Maintenance manuals shall
be updated to current conditions during maintenance period.
B. Provide a minimum of sixteen hours of classroom and “hands on” maintenance training prior
to the turn over of the system to the owner.
4.08 WARRANTY
A. All labor and materials furnished in connection with the Incinerator shall be subject to the
terms of Guarantee of the GENERAL CONDISIONS, except the guarantee period is two
years, including expendables. Any component items normally considered expendable (i.e. light
bulbs, fuses, etc.) that fails during warranty period shall be replaced. Upon receipt of notice
from the owner of any failure of any portion of materials or workmanship furnished, the failure
shall be corrected at no additional cost to the owner.
B. Warranty shall be renewable.

END OF SECTION

© 01 International W.L.L Medical Waste Incinerator


11173-13
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11400
FOOD SERVICE EQUIPMENT

PART 1 - GENERAL NOTES TO TENDERERS


1.01 INTRODUCTION
A. This specification must be read in conjunction with the Contract conditions and Contract
particulars prepared by the Contract Administrator.
B. The specification for catering equipment and its installation described in this section applies
only to this specialist package and should be read in conjunction with the Contract conditions
and Contract particulars prepared by the Contract Administrator. The Tenderer should note the
sections which detail the Main Contractor's special attendance for this sub-contract.
C. Should the Tenderer find any discrepancy or divergence between the Contract conditions,
Contract particulars, Specialist Catering Equipment package specification, he shall
immediately notify the Contract Administrator. The Tenderer is advised to familiarize himself
with the documents and the requirements set out therein.
D. The specification contained in this document relates to that catering equipment required to be
supplied new, all to suit the proposed catering facilities that are proposed within the kitchen
area of the proposed new ROP- OMAN
E. The fit-out encompasses the catering equipment and services that are required in the following
areas:

Area Description
Basement Main Kitchen

Ground Floor Medical Staff Cafeteria

F. Reference should be made to the building drawings for the overall facility locations and to the
Consulting Engineer’s drawings, which detail the design of the service infra structure.
G. Consultant's Intention: The Food Service Design Consultant has produced a design for the
catering facilities and the specialist catering equipment within this development. It is the
successful Specialist Catering Equipment Package Contractor's responsibility to understand the
aforementioned, be aware of any implications, co-ordinate and design this package and
conclude the project in a professional manner.
H. The Specialist Catering Equipment Package Contractor shall supply, deliver, off-load, carry
onto site to point of use, all materials and equipment, install, connect, progressively test and
finally test and commission all works indicated on the Tender Drawings as described in this
Specification. Upon completion of the installation, all systems shall be proved and
demonstrated with training provided as required and the works left in proper working order in
accordance with the contract documentation and to the satisfaction of the Project Manager.
I. The Specialist Catering Equipment Package Contractor's responsibilities shall include, but not
be limited to:
1. Production of drawings, especially services layouts, which should check and verify all
information shown by the consultant.
2. Production and checking of fabrication drawings to ensure that they meet
specification and suit site conditions, to include electro-mechanical services runs and
other equipment.
3. Appointment of experienced Project Manager and installation team.
4. Proposal of solutions to problems where they arise.

© 01 International W.L.L Food Service Equipment


11400-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.02 INTERPRETATION WITHIN THIS SPECIFICATION


A. The headings of the section/clause in this specification shall not affect the interpretation
thereof. All sections of this specification shall be read in conjunction with each of the other
sections and with the Specialist Catering Equipment Tender drawings, read together. All sizes
specified within this document are metric and in millimeters unless otherwise stated.
B. Where the work described in this document is undertaken by the Specialist Catering
Equipment Package Contractor as a Specialist Package Contract, the term 'Contractor' shall
mean ' Specialist Catering Equipment Package Contractor'.
1.03 SCOPE OF WORKS OF SPECIALIST CATERING EQUIPMENT PACKAGE CONTRACTOR
A. The work covered by this specification is for the installation of specialist catering equipment to
terminated services in predetermined positions within 2000mm of the final connection point of
positioned specialist catering equipment. It should be noted that allowance shall be made for an
additional 1000mm between the services termination points and the appliance connection point
than the usual industry norm, to allow flexibility in the installation.
B. It shall be incumbent on the Contractor to verify that the services requirements as shown on the
catering equipment services requirements drawings, and which are included with this package,
meet the contractor’s requirements. Variations should only be made if absolutely necessary.
C. Unless specifically stated otherwise, this specification is for:
1. Provision of layout, electro-mechanical and fabrication drawings;
2. Site supervision;
3. Manufacture;
4. Works testing;
5. Supply and delivery to site;
6. Site movement;
7. Provision of all necessary labor and materials to form a complete installation of the
works.
8. Installation and/or erection;
9. Final connection;
10. Commissioning, including all tests required to achieve Project Close-out and as
required to comply with the Main Contractor’s specific commissioning requirements
and forms;
11. Making good any defects to installed equipment that occur during the defects liability
period;
12. Provision of operating and maintenance manuals;
13. Preparation of 'as installed' drawings;
14. Provision of a complete set of manufacturer’s recommended spare parts.
15. Provision of all maintenance during the warranty period.
D. All as described in this document, referred to hereafter as 'supply and install'.
1.04 SPECIALIST CATERING EQUIPMENT PACKAGE CONTRACTOR REQUIREMENTS
A. The Specialist Catering Equipment Package Contractor shall be solely responsible for quality
control of the work to comply with the requirements of the contract documents. The Specialist
Catering Equipment Contractor shall co-ordinate all interfaces with other packages.
B. The Specialist Catering Equipment Package Contractor shall supply and install everything
necessary for the proper execution of the works, according to the true intent and meaning of
the Designer’s drawings, the general specification and the item specification taken together,
whether the same may or may not be particularly shown or described, provided that the same is
reasonably to be inferred there from. If the Contractor finds any discrepancy he shall
immediately and in writing refer the same to the Client’s Representative who will decide the
procedure.

© 01 International W.L.L Food Service Equipment


11400-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Where materials, products and standard of work are not fully specified they are to be:
1. Fit for the purpose of the Works stated in the Contract Documents.
2. In accordance with good building practice, including relevant provisions of current
Standard Codes of Practice, including British standards and Oman Construction
Standards.
3. Comply with relevant COSHH assessments.
4. In compliance and conformity with international and local/regional codes.
5. Conforming to Oman Municipality standardization policy.
6. In compliance and conformity with Omani Construction Specifications
7. Have a Quality Assurance Certificate ISO 9001 or equivalent.
1.05 QUALITY ASSURANCE
A. Installers and Manufacturer’s Qualifications should be a minimum of 15 years experience.
1.06 THE CONTRACT
A. The Specialist Catering Equipment Package Contractor shall be a Specialist Package
Contractor to the Main Contractor. Terms and conditions applied under this Contract to the
Main Contractor will also apply to this package.
B. It is incumbent on the Tenderer to ensure that the Contract Administrator forwards all relevant
preliminaries sections during the Tender Period, to ensure that all known conditions are
included in the Tender price for these Specialist Package works.
C. The Tenderer shall complete the pricing schedule section together with the section scheduling
proposed manufacturers of proprietary equipment and return them completed with his tender,
together with completed section scheduling requirements for attendances by the Main
Contractor.
1.07 THE CONTRACT PERIOD
A. The Contract period is to be subject to agreement with the Contract Administrator. Refer to
Main Contract conditions pertaining to programme. The Specialist Catering Equipment
Package Contractor shall liaise with the Contract Administrator to agree the dates on which the
equipment shall be delivered and installed, to comply with the contract programme. The
Specialist Catering Equipment Package Contractor shall include a statement in a letter
accompanying his tender, confirming compliance with the main programme requirements.
1.08 DRAWING INFORMATION
A. The design intent drawings accompanying the tender documents are for tendering purposes
only and must be treated as being subject to development to suit site conditions, as necessary to
suit the kitchen fit-out.
B. Drawings that should be read in conjunction with this specification are scheduled below, with
any other drawings deemed necessary by the Contract Administrator in discussion with the
Specialist Catering Equipment Package Tenderer:
1.09 HEALTH AND SAFETY REQUIREMENTS
A. The Specialist Catering Equipment Package Contractor should be aware that he will be
expected to conduct his activities within the regulations set out and documented by the
appointed Health and Safety Officer.
B. The Contractor must supply a copy of his Health and Safety Policy on submission of the
Tender. A Tender will not be accepted unless this has been received.
C. The Contractor shall comply in all respects, and at his own expense, with all the requirements
contained within the:
1. Health and Safety at Work Act 1974
2. Management of Health and Safety at Work Regulations 1992

© 01 International W.L.L Food Service Equipment


11400-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Factories Act 1961


4. Offices, Shops and Railway Premises Act 1963
5. COSHH Regulations 1988
D. The Contractor shall ensure that gangways, fire doors, emergency escape doors, fire equipment
and fire hydrants are kept clear and unobstructed at all times.
E. The Contractor shall arrange at his own expense for the provision of personnel protective
equipment (to British Standards) to protect the Health and Safety of all personnel under his
control, e.g. dust masks, helmets, ear defenders, harnesses, respirators, protective boots etc. He
must ensure that the equipment is properly used and maintained.
F. Medical and First Aid facilities must be provided by the Contractor and kept on site and
properly maintained. The Contractor shall also appoint a supervisor or similar person trained in
first aid procedures, who shall maintain a presence on site.
G. If during the course of the works, the Contractor discovers any dangerous situations in areas
within or outside the contract area, he shall immediately notify the Project Manger and where
necessary stop work. Written confirmation of the Health and Safety contraventions shall be
sent by the Contractor as soon as possible to the Project Manager.
1.10 SCAFFOLDING, LADDERS AND PLANT
A. The Contractor shall ensure that no step ladders, ladders, scaffolding or other plant brought
onto site by him or his Contractors shall at any time be accessible to any unauthorized person,
in particular:
1. No step ladders or other plant shall be left accessible for unauthorized persons to enter
the building or other structures on the site.
2. No fixed external scaffolding shall be used without the permission of the Project
Manager. All necessary licenses shall be obtained with all fees paid by the Contractor.
3. The use of external ladder shelters is forbidden. Ladders, steps or trestles in temporary
use shall, at the close of each day’s work, be returned to a lock-up store or removed
from site.
1.11 SITE ACCOMMODATION - see main contract preliminaries
1.12 POWER/WATER - see main contract preliminaries
1.13 INSURANCE/BONDS
A. The Specialist Catering Equipment Package Contractor is to insure during the execution of the
works against all liability arising from any Workman’s Compensation Act etc which may be in
force and lawful during the period of the contract, in respect of workmen employed by him,
and shall secure the Employer against penalty from all claims in respect of accidents to
workmen employed on the works and for injuries sustained by any other person during the
course of the contract and attributable to the work in progress.
B. The Specialist Catering Equipment Package Contractor shall insure, under approved policies,
the work, material, equipment, plant, etc until the end of the making good defects at the expiry
of the defects liability period, against all risks of injury, fire, accident or damage and in such a
manner absolve the employer from all lose, claim, demands or expenses for which he might
otherwise be liable in connection with the work covered by the contract.
1.14 SUPERVISION
A. The Specialist Catering Equipment Package Contractor shall provide the services of a qualified
supervisor who is fully conversant with the details of the works and is conversant in the
installation of Specialist Catering Equipment. The supervisor shall supervise and control the
work during the whole of the installation period (during all phases of construction) and attend
such meetings as requested by the Client.

© 01 International W.L.L Food Service Equipment


11400-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.15 FIRE PRECAUTIONS


A. The Specialist Catering Equipment Package Contractor shall ensure that safe methods of
working are adhered to when using any equipment or materials that may involve danger to life
or property. He shall take all necessary precautions to safeguard against damage by fire or
explosion where the execution of the work may involve the presence of flame or sparks.
B. Petroleum products and other inflammable or vaporizing liquids, gases or solids shall only be
used in accordance with the regulations applicable to storage and use of these products.
C. All flammable material, gas cylinders and the like, shall be locked into a purpose-
made/constructed enclosure, in accordance with the Contract Administrator, Local Authority
Fire Officer and Health and Safety Executive requirements. The Specialist Catering Equipment
Package Contractor shall be responsible for the transfer of these materials to/from the
enclosure.

PART 2 - DESIGN RESPONSIBILITY


2.01 GENERAL
A. The employer shall be relying upon the Specialist Catering Equipment Package Contractor’s
specialist knowledge and expertise in respect of the specialist fabrication and servery counter
elements. Therefore, the Specialist Catering Equipment Contractor will be required to take
total responsibility for the design of the specialist fabrication and servery counter elements. All
in accordance with the performance requirements stated in Parts 2.0 and 3.0.
2.02 COORDINATION
A. The Specialist Catering Equipment Package Contractor shall liaise with all other Contractors
and the Project Manager to ensure co-ordination of the work in this contract with related
building elements and services, and provide information to all other Contractors as necessary
for others to progress their works and in order to meet the requirements of the programme for
the works.
2.03 MINIMUM ACCEPTABLE DESIGN STANDARDS
A. The Specialist Catering Equipment Package Contractor’s design must satisfy all performance
criteria set out in the Itemized Specification.
2.04 DESIGN INFORMATION AND CALCULATIONS
A. The Specialist Catering Equipment Package Contractor shall complete the design and detailing
of the specialist fabrication and servery counter elements and provide associated working
drawings based on the specification. To include fabrication, manufacturing and installation
drawings and design calculations, etc as appropriate.
2.05 SCOPE OF WORK
A. The Specialist Catering Equipment Package Contract scope of works shall consist of providing
the detailed design, preparation of drawings, materials, supply, manufacture, and delivery to
site, erection, fixing, jointing, services, equipment, accessories, labor, supervision,
management for the complete design preparation, fabrication and installation of the catering
equipment for this project.
2.06 GENERAL STANDARD OF MATERIALS
A. Where specified, materials are to be new and consistent with the character of this project. The
specialist refrigeration equipment, as detailed within this specification, shall be of a standard
designed to be heavy-duty, suitable for use within a commercial catering environment.
Equipment shall be certified with a CE mark as required to confirm that they comply with
relevant European Directives.
B. The performance, as specified, shall be in line with the expected level of operation within this
building. It should be noted that the kitchen will be operational for a minimum of 14 hours per
day and usually for up to 16 hours per day. Equipment, articles and fittings that come in
contact with food will satisfy regulations relating to ‘Materials in Contact with Food”.

© 01 International W.L.L Food Service Equipment


11400-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. The following features are considered by the Client to be of importance, and the Specialist
Catering Equipment Package Contractor shall ensure that equipment supplied meets the
highest level of:
1. Quality of materials
2. Fuel efficiency
3. Ease of operation
4. Health & safety features
D. Materials are to be supplied in the following order of priority unless otherwise specified:
1. Complying with British Standards;
2. Complying with DW/172
3. Complying in general with British Standards.
2.07 BRANDED MATERIALS, PROPRIETARY ARTICLES AND SYSTEMS
A. The Specification of branded materials and of proprietary articles and systems supplied or
supplied and fixed complete by particular firms is intended as a guide to the type of article or
quality of material. Provided that authorization is obtained from the Project Manager, the
Contractor may order from other sources which supply articles or materials of equal quality.
Full detail of alternatives and/or samples shall be submitted when the substitution is requested.
The decision as to the acceptability, or otherwise, of alternatives will be made by the Project
Manager. When returning the Tender, the Contractor will be deemed to have priced the items
specified and not any proposed alternatives.
B. The Contractor shall obtain the manufacturer’s printed instructions relating to all branded
materials and proprietary systems employed in the works and shall take all precautions to
ensure that these recommendations are followed. Copies of such instructions shall be kept on
site during the installation of the works, for reference, and produced when requested.
C. All manufacturers’ literature shall be compiled into a handbook by the Contractor and handed
to the Project Manager at the time of the handover of equipment and the installation. This shall
be in the form of an Operation and Maintenance Manual, as detailed in Section 1-4.
2.08 METRIC/IMPERIAL EQUIVALENTS
A. The Project Manager’s prior authorization is to be obtained on the substitution of any
equivalent metric/imperial sized materials or components.

PART 3 - STANDARD OF WORK


3.01 STANDARD GENERALLY
A. The standard of work shall comply with applicable requirements of all laws, codes and
regulation of the governing authorities and bodies having jurisdiction, including the
requirements of DW/172. The Contractor shall obtain necessary approvals from such
authorities and make due allowance in the Tender for compliance with their requirements.
B. Where specific standards are referred to in this Specification, other authoritative standards that
ensure an equal or higher quality than the standards mentioned will also be acceptable. It will
be incumbent on the Contractor to verify the equal or higher quality, and to submit
comparative standards (both specific and proposed), for review.
C. Works shall be to an acceptable standard throughout, commensurate with the nature of the
works, particularly with regard to the accuracy of dimensions, lines, plans, levels and the
quality of surface textures. The Contractor shall do all that is necessary to ensure that the
standard of finish demanded by this contract is achieved.
3.02 COOPERATION/COORDINATION WITH OTHER CONTRACTORS
A. It shall be the Contractor’s responsibility to co-ordinate/liaise with all other Contractors and
the Project Manager. The Contractor shall make himself aware of the extent of works being
installed within the Contract area by other trades, and will provide sufficient services
information to allow the specialist paneling Contractor to produce fully co-ordinated composite
builders work drawings.

© 01 International W.L.L Food Service Equipment


11400-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. The Contractor shall ensure that in fixing the work of this contract he shall not obstruct the
fixing or the future maintenance of other services or equipment items. The Contractor shall
fully co-operate with other Contractors and take all reasonable precautions to ensure that his
progress does not impede the progress of their work.
C. The Contractor must take all necessary precautions to restrict the area of his work to the
immediate vicinity of the work involved in this Contract.
D. All the implications of these restrictions and the methods which are to be adopted must be fully
considered, and allowance for them made in the Tender return.
3.03 BUILDER’S WORK DRAWINGS/INFORMATION
A. The successful Tenderer shall be expected to carry out early "Builder's Work in Connection"
co-ordination to ensure that spigot connections, water services and waste services recesses are
correctly located in relation to equipment to be supplied in this Package.
B. The Contractor should make due allowance for all the necessary attendance at co-ordination
meetings with the other specialist contractors.
C. The Contractor shall take due recognition of the need to co-ordinate his services installation
with the wall and ceiling Contractor and make due allowance for attendance on site to finalize
and mark holes required in panels for the passage of his services.
D. The Contractor will supply drawing and or others details of all other BWIC requirements for
penetrations to the building fabric.
3.04 PRODUCTION OF INSTALLATION/WORKING DRAWINGS
A. The Specialist Catering Equipment Package Contractor shall prepare and submit to the
Contract Administrator sets of accurately dimensioned detailed layout drawings of equipment,
fabrication and other details of the works as necessary to supplement the information shown on
the drawings. They shall be fully co-ordinated installation/working drawings, co-ordinated
with the works of other trades.
B. Any working drawings produced by the Specialist Catering Equipment Package Contractor
must be forwarded for comment and authorization to the Contract Administrator, Design
Team, Client and concerned trades before works commence.
C. They shall be submitted for authorization to ensure correct interpretation of this specification
and associated design drawings. This procedure shall not invalidate or exempt the Specialist
Catering Equipment Package Contractor's responsibility for accuracy or correctness. Any
comment the Design Team, Client or concerned trades may make will be advisory only and
solely for the consideration of, and assessment by, the Specialist Catering Equipment Package
Contractor. The comments shall not relieve the Contractor of his responsibility for the
suitability and correctness of his designs and his other contractual obligations.
D. The Specialist Catering Equipment Package Contractor shall submit detailed dimensioned shop
drawings and diagrams for the items listed in the detailed specification, Part 2. These shall be
new drawings prepared specifically to suit the requirements of this contract. When preparing
the drawings the Specialist Catering Equipment Package Contractor shall establish lines and
levels for the work specified and check the drawings to avoid interference with structural
features, services pipe work and other elements.
E. Shop drawings are to be at a minimum scale of 1:20, with detail at 1:10 and 1:5 and shall
include:
1. Dimensioned layout drawings at a scale of 1:20.
2. Dimensioned layout and elevation drawings at a scale of 1:20 showing:
 Dimensioned builder's work.
 Dimensioned Mechanical and Electrical connection positions required for the
equipment.
 Dimensioned electrical switchgear positions required for the equipment.

© 01 International W.L.L Food Service Equipment


11400-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Dimensioned working/fabrication drawings at a scale of not less than 1:20,


incorporating:
 All materials products, components, assemblies, etc. The drawings must
indicate the type and thickness of materials, the arrangement of components,
jointing, fixing and details, sealant, extrusions, finishes and all other
pertinent information. In a number of instances in is anticipated that these
working drawings will be full size or 1:5 scale.
 The location of all component parts, method of assembly and fixing.
Dimensional relationship with adjacent elements, components or materials,
indicating the permissible deviations.
4. Plans and sections showing any required builder's work, including sizes and position
of any holes in the structure. This information must be provided in sufficient time to
meet the needs of the Client’s construction programme.
3.05 DESIGN AND COORDINATION
A. The Specialist Catering Equipment Package Contractor shall:
1. Complete the design and detailing of the work, and provide complete production
information, including, as appropriate, fabrication/ installation drawings, all design
calculations, specifications, etc, based on the drawings, this specification, and other
information provided. Liaise with others as necessary, to help ensure co-ordination of
the work with related building elements and services.
2. Request additional information as necessary from the Contract Administrator and
provide information as necessary in time to meet the programme.
3. Submit sufficient copies of the design/production information, including four (4)
copies for the Design/Contract Team, who will check the design/production
information and submit comments to the Client.
4. The Contract Administrator shall inspect the design/production information, record
comments and return them. The Contract Administrator requires ten working days for
such examination of design/production information.
5. Make any necessary amendments in accordance with any comments of the Contract
Administrator, without delay. Unless and until it is confirmed that re-submission is
not required, re-submit for further checking and comment, and incorporate any
necessary further amendments all as before.
6. If submitted design/production information differs from the requirements of the
Tender documents/Contract documents as applicable, each such difference must be
the subject of a request for substitution or variation, supported by all relevant
information.
7. Should any amendment to design/production information, required by the Contract
Administrator, be considered to involve a variation which has not already been
acknowledged as a variation by the Contract Administrator then the Contract
Administrator must be notified without delay, and in any case within seven days. The
Specialist Catering Equipment Package Contractor shall not proceed with ordering,
fabrication, or fixing until subsequently instructed. Claims for the extra cost of such
work, if made after it has been carried out, may not be allowed.
8. Submit sufficient copies of final version of design/production information, including
six copies for the Client and Design Team, shall be submitted to the Contract
Administrator for distribution to all affected parties.
3.06 COORDINATION WITH OTHER CONTRACTORS
A. The Specialist Catering Equipment Package Contractor is expected to liaise fully with the other
Contractors (Main Contractor, Mechanical Contractor, Electrical Contractor, Catering
Equipment Contractor, etc.) to ensure that all elements of this project are carefully co-
ordinated where they interface.

© 01 International W.L.L Food Service Equipment


11400-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.07 COORDINATION WITH OTHER SERVICES


A. The Specialist Catering Equipment Package Contractor shall be responsible for the proper
roughing of all catering equipment to be installed. Architectural and mechanical drawings shall
be checked to ascertain whether there is hidden interference with regard to exposed plumbing
and electrical routes, other than required connections to specialist catering equipment.
B. If the Specialist Catering Equipment Package Contractor fails to check drawings as required,
then after delivery, and without cost to the Employer, any necessary cut-outs within equipment
shall be made to complete the proper installation to the satisfaction of the Contract
Administrator.
3.08 SAMPLES
A. The Specialist Catering Equipment Package Contractor shall submit two (2) identical finished
samples of the materials that he proposes to use on the Contract, for written authorization prior
to the commencement of manufacture.
B. The Specialist Catering Equipment Contractor shall submit two (2) identical finished samples
of the materials that he proposes to use on the Contract, for written authorization prior to the
commencement of manufacture.
C. Where appropriate, samples are to be 300 mm square. Control samples shall include:
 Stainless Steel Finish - Benches and Counters
 Stainless Steel Tube - Benches and Counters
 Typical Up-stand Detail - Benches and Counters
 Typical Edge Detail - Square Section
 Typical Edge Detail - Bullnosed/Radiused Section
 Anti-drip Moulding to Sinks
 Taps (Sink Bowls)
 Taps (Wash Hand Basins)
 Waste Outlets and Corner Strainers
 Lever Gate Valve Assemblies
 Drawer Slides/Runners
 Folded Drawer/Door Pull
 ‘D’ Shape Drawer Pull/Door Handle
 Door Hinge
 Adjustable Foot/Leg - Sinks and Benches
 Castors
 Switched Socket Outlet
 Dimmer Control
 Control Switches and Neon Indicators
 Quartz Lamp and Reflector
 Light Cowlings
 Decorative Granite and other Counter Materials
 Front Panel: Decorative Stainless Steel Finish (including folded edge)
 Drawer/Door Pull
 Concealed Door Hinge
3.09 INSPECTION OF EQUIPMENT DURING MANUFACTURE
A. The Contract Administrator/Client’s Representative Team including the Catering Design
Consultant, shall visit the fabrication works at any time during manufacture, to assess progress
and the quality of work.

© 01 International W.L.L Food Service Equipment


11400-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.10 SETTING OUT OF THE WORK


A. The Specialist Catering Equipment Package Contractor shall be responsible for setting out all
items associated with the specialist catering equipment installation and for ensuring that
equipment is fixed correctly in relation to the building or any special features/fittings attached
to it.
B. Fixed items shall be erected plumb in the position detailed within a tolerance of 1:1000 with a
maximum divergence from the true position of +/-10mm, except where otherwise detailed in
the specification. Dimensions for setting out shall not be scaled from drawings.
C. The dimensions given in this specification are approximate only, and in all cases where
equipment is intended to occupy fixed locations and spaces, the physical conditions of the
building are to control the absolute sizes.
D. The Specialist Catering Equipment Package Contractor shall be responsible for taking and/or
agreeing all necessary site measurements and shall ensure that all specially manufactured items
are fabricated to those measurements. Where requested, the Specialist Catering Equipment
Package Contractor shall provide timber templates, free of charge, to assist with setting-out/co-
ordination.
E. The installation shall be completed to ensure that the equipment can be easily cleaned and
maintained to standards acceptable to an Environmental Health Officer.

PART 4 - INSTALLATION AND CONNECTION TO SERVICES


4.01 GENERAL
A. The Specialist Catering Equipment Package Contractor shall supply, deliver, move into
position from delivery point, install and commission all catering equipment to services
terminated with an isolating valve, electrical isolator, or tail within 2000mm of the final
connection points. The installation is to be completed using materials that are appropriate for
the purpose and comply with all current regulations regarding their use.
4.02 MATERIALS AND STANDARD OF WORK
A. The Client considers the aesthetic character of this project as being of great importance. The
Specialist Catering Equipment Package Contractor shall not cut, drill or otherwise alter the
works of other Trades, or his own work to accommodate other Trades, unless such work is
clearly specified on the drawings. If such alterations are required, written approval from the
Contract Administrator must be obtained for such alterations.
B. Where, in the opinion of the Contract Administrator, the finished works or the materials or
standard of work of any part of the works fails to comply with this specification, then that part
of the works will not be accepted and will be deemed to be defective work.
4.03 EXTENT OF INSTALLATION
A. The specification of the installation of items detailed on the following pages relates to the
installation of electrical, water and waste services complete.
B. Tundish gulley waste outlets will be provided by others, as indicated on drainage drawings.
C. The Specialist Catering Equipment Package Contractor will be required to supply all isolators,
distribution boards, control panels, and interconnect wiring associated with the Catering
Equipment installation.
4.04 LOCATION OF CATERING EQUIPMENT
A. Catering equipment shall generally be located as shown on drawings on two floors of the
building.
4.05 EQUIPMENT PROTECTION
A. Tenderer shall include for the full protection of equipment during delivery, storage and both
during and after installation. Aside from the plastic film protection provided to stainless steel
sheet, additional protection is to be provided in the form of plywood, MDF or Corex.
Polythene shrink-wrapping and cardboard packaging alone is not acceptable. The protection
shall be carried out to the satisfaction of the Contract Administrator.

© 01 International W.L.L Food Service Equipment


11400-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Any damage caused by the lack of appropriate protection being applied shall be the
responsibility of the Specialist Catering Equipment Package Contractor and shall be made
good, to the satisfaction of the Contract Administrator, at the Specialist Catering Equipment
Package Contractor's expense.
4.06 CLEANING OF MATERIALS AND THE WORKS
A. The Specialist Catering Equipment Package Contractor shall clean each item of the Catering
Equipment Contract works immediately prior to practical completion and project handover.
This clean shall ensure that equipment is clean and free from plastic coatings, dust, dirt,
moisture or other foreign matter. Suitably trained and qualified personnel shall carry out the
clean.
B. Any damage caused by the foregoing conditions not having been achieved shall be the
responsibility of the Specialist Catering Equipment Package Contractor and shall be made
good, to the satisfaction of the Architect/Client’s Representative, at the Specialist Catering
Equipment Package Contractor's expense.
4.07 OPERATION AND MAINTENANCE MANUALS AND 'AS BUILT' DRAWINGS
A. Three (3) sets of the Manufacturer's Operating and Maintenance Guides together with 'As Built
Drawings' shall be handed to the Client at the time of handover or within a period not
exceeding four weeks after the successful handing-over of the project.
B. A draft of the manual shall be submitted for authorization 6 weeks prior to handover. Data and
drawings are to be provided both as hard copies and also electronically on CD discs.
C. The Manufacturer’s Operation and Maintenance Guides and the 'As fitted' drawings shall be
suitably bound in a hard-backed ring binder, having an index for ease of reference. Data and
drawings are also to be provided electronically on CD discs.
D. The Operation and Maintenance Manual shall have the following sections:
1. Operating guides, sub-divided into areas with a key and location drawing.
2. List of precautionary safety measures, encompassing responsibilities within CDM
regulations.
3. Glossary of names and addresses of suppliers.
4. Detailed maintenance information, including wiring diagrams.
5. List of recommended spare parts.
6. Certification of completion of commissioning.
D. Keys: At handover keys shall be handed to the Client. They shall be keys tagged with an
equipment reference for ease of identification.
4.08 COMMISSIONING
A. In respect to all major items of equipment, commissioning shall be carried out by engineers
employed by the equipment manufacturer or trained by the manufacturer for such
commissioning activities. In respect to the later, certification of training shall be provided. This
requirement applies without exception to all catering equipment.
B. Once the equipment under this contract has been erected, positioned and connected to services,
it is this Specialist Catering Equipment Package Contractor's responsibility to fully test and
commission both the equipment and services connections. Where it is felt to be beneficial,
because of specialist knowledge, the Sub Contractor shall seek the assistance of the
Manufacturer's Representative/Service Agent.
C. The object of this testing is for the Sub Contractor to confirm to the Main Contractor/Client’s
Representative that the equipment is:
 Free from all manufacturing defects, including leaks, blockages, component failures,
etc.
 Connected to all necessary services, and that these services are adequate to provide
the equipment with the required power, water, waste and ventilation under full
capacity working conditions.

© 01 International W.L.L Food Service Equipment


11400-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 Completely safe to operate.


 Functioning to the manufacturers, and/or specification, performance criteria.
 Will pass any subsequent testing from outside agencies, e.g., Insurance, Public Health,
Water Authority, etc.
D. Before testing/commissioning commences, the following shall be confirmed in writing:
1. All services are available with any pressure tests, chlorination periods and the like
complete.
2. Seven days notification, to the Main Contractor/Client’s Representative, that
commissioning will commence.
3. Operation of the equipment for the purposes of testing will not affect the
commencement of the extended warranty period.
4. No engineers will operate or adjust the equipment unless they are fully conversant
with the item, have studied the manual, and are not infringing any Health and Safety
at Work Regulations.
E. The Sub Contractor must allow all equipment to operate until fully warmed up/bedded in, and
should endeavor to operate all items at full capacity, simultaneously. It should be recognized
that this procedure takes time, and this should be allowed for in any works programme.
F. Once the equipment is fully warmed up, all final balancing, adjustments, valve settings, etc.,
shall be made and Test Certificates shall be completed. The Main Contractor/Client’s
Representative should then be notified, in writing, that all equipment is fully tested.
G. Any specially fabricated equipment shall be tested before it leaves the manufacturer's works,
but should also be re-tested on site.
H. Continuity of programme for testing should not be assumed.
I. Immediately before the expiry date of the Defects Liability Period, the Sub Contractor shall re-
visit site to demonstrate that the installation is still functioning efficiently.
J. Under no circumstances shall the installation be used for any purpose other than those listed
above, and under no circumstances should any other contractor or kitchen operative be allowed
to tamper with the equipment.
K. The Main Contractor/Client’s Representative shall witness all testing and commissioning and
shall have access at all reasonable times to such parts of the Sub Contractor's works and of any
sub-contractors' and suppliers' works as may be necessary for the purpose of inspecting,
examining and testing the materials, workmanship and performance of the plant.
L. The Sub Contractor shall give the Main Contractor/Client’s Representative seven days' written
notice of the intention to carry out any test, and shall have carried out all necessary adjustments
prior to commencing such test.
M. In the event of the Works being incomplete and causing a postponement of the notified test
date, of the installation failing to pass the test or commissioning, the Main Contractor/Client’s
Representative shall be at liberty to deduct from the Sub Contractor's account reasonable costs
and expenses incurred by the Main Contractor/Client’s Representative in having his
representative attending the repetitions of the test.
4.09 HYGIENIC DEEP CLEAN
A. Immediately prior to handover the Specialist Catering Equipment Package Contractor is to
undertake a hygienic deep clean of all catering areas included in this contract.
B. Surfaces and structures are to be cleaned using effective degreasing and sterilizing products
that have been analyzed to BS3286 standards to remove dust, dirt and grease from work
surfaces, walls, floors, ceilings and less accessible areas such as pipes.
4.10 PROJECT CLOSEOUT
A. The Specialist Catering Equipment Package Contractor shall make allowance as necessary to
fill out and carry tests as required to comply with the Main Contractor’s specific
commissioning requirements and forms.

© 01 International W.L.L Food Service Equipment


11400-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4.11 STAFF TRAINING


A. Prior to commencement of operation of each area, and on completion of commissioning, the
Specialist Catering Equipment Package Contractor shall organize a minimum of three training
sessions for catering and engineering staff over three separate days, at a mutually convenient
time.
B. The Specialist Catering Equipment Package Contractor shall also have a supervisor conversant
with the works in attendance at all times during the staff training period. The Contractor shall
co-ordinate the scheduling of staff training via the Contract Administrator. The operating and
maintenance manuals are to be supplied during the training sessions and used as the base
material for training. The Specialist Catering Equipment Package Contractor shall satisfy
himself that the Client’s staff are capable of taking over the installation.
C. Training shall be recorded for the future use of the Client.
4.12 OPENING OF FACILITIES
A. The Specialist Catering Equipment Package Contractor shall allow for the attendance of a fully
qualified engineer conversant with the installation over 3 days after the opening of the kitchen.
4.13 EQUIPMENT WARRANTY
A. As a minimum, two years parts and labour warranty shall be provided for all items of
equipment.
B. This duration and coverage of equipment warranty shall be the manufacturer standard warranty
on the condition that it, as a minimum, meets or exceeds the requirements specified in the
contract document, failing that, the warranty shall be in accordance with the conditions
stipulated in contract document.
4.14 SPARE PARTS
A. The Specialist Catering Equipment Package Contractor shall advise a separate price for the
supply of a complete compliment of those spare parts as recommended by each manufacturer
for the entire installation to permit the continued use of each appliance.
B. The spare parts shall be held on site for draw-down as necessary by the Specialist Catering
Equipment Package Contractor during the first and second year warranty period and thereafter
for draw down by nominated service engineers. The spare parts shall all be fully catalogued,
indexed and sorted according to the equipment supplier and equipment type.
C. Any spare parts used that are covered by the manufacturer’s warranty shall be replaced by the
Specialist Catering Equipment Package Contractor.
4.15 MAINTENANCE
A. The Specialist Catering Equipment Package Contractor shall provide a separate price to
directly provide comprehensive after sales support for the equipment supplied within this
contract covering routine maintenance repairs and further operator training for a period of 2-
years after handover.
B. This is to include a comprehensive preventative maintenance programme to ensure the safe and
efficient operation of the catering equipment and reduce the risk of unexpected breakdown of
key appliances. Servicing is to occur during 'off peak' periods, overnight or at weekends to suit
the kitchen schedule. Service and repairs is to always be carried out by factory trained and
equipped engineers.
C. There are to be a minimum of two planned inspection visits per year and the maintenance
provision is to also include the cost of all labour and travelling for emergency visits which may
be needed outside planned visits. Equipment is to be covered against all mechanical and
electrical failures, inclusive of all labour and any parts used for two years after handover.
D. Each machine/item is to have its own unique checklist which is to include:
1. Calibration of moving parts
2. Calibration of thermostats
3. Lubrication where necessary
4. De-scaling of equipment
5. Electric safety checks

© 01 International W.L.L Food Service Equipment


11400-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 5 - RELATED WORKS BY OTHERS


5.01 THIS SECTION COMPRISES THE WORKS THAT WILL BE COMPLETE OR BE IN THE
PROCESS OF COMPLETION BY OTHER TRADES AT THE TIME OF INSTALLATION BY THE
SPECIALIST CATERING EQUIPMENT PACKAGE CONTRACTOR.
A. The Main Contractor or his Package Contractors will be responsible for:
1. The building and building finishes, including walls, floors, ceilings and paintwork.
2. The provision of the first and second fix electrical installation up to and including
suitable agreed connection points.
3. The provision of all mechanical services, including but not limited to, water and waste
services, ventilation ductwork and plant and waste pipe work up to and including
suitable terminations in agreed positions, approximately two meters from the point of
connection.
4. All terminations for services will be not greater than two meters from the final
connection point on the sited equipment.
5. All services except where specified to the contrary or where agreed by the Contract
Administrator, shall be concealed, thereby providing a completely flush installation.
Exposed water and waste pipe runs shall be eliminated or minimized wherever
practical.
6. All exposed pipe work shall be self-finished in Polybutylene or High Density
Polyethylene (HDPE), Chromed Copper or stainless steel according to the specific
area of installation.

PART 6 - MECHANICAL SERVICES AND PLUMBING INSTALLATION


6.01 GENERAL
A. The services have in general been designed to meet the Local Authority Statutory By-Laws and
all current regulation. However, before the works proceed working drawings shall be submitted
for comment and should any such Authority require changes the Project Manager shall be kept
fully informed of such changes, whether financial or not.
B. All works shall comply with the Local Authority By-Laws and the Contractor shall give all
statutory notices legally required in the matter of the works.
C. The catering equipment plumbing installation shall be carried out by operatives who are listed
as registered plumbers by the Institute of Plumbing. All pipe work and fittings are to be water
research council approved.
D. Drainage from canopies is to run to drains and or tundishes provided by others. The Specialist
Catering Equipment Package Contractor shall indicate on his drawings the proposed routings
for confirmation by the Contract Administrator.
E. This mechanical services specification describes the standard of materials to be used in
conjunction with each of the other sections of the specification.
F. The Specialist Catering Equipment Package Contractor shall provide and install everything
necessary to complete the final connections to all equipment, from terminated services
provided by others, terminated within 2000mm of each item or range of equipment.
G. Should any portion of the works relating to this package, which would reasonably and obvi-
ously be inferred as necessary, but not be expressly shown or specified, the shall provide and
execute such works as an essential part of the contract.
H. The whole installation must comply in every respect with relevant British Standards and
Chartered Institution of Building Services Engineers (CIBSE) codes together with the
regulations and recommendations of all Statutory Bodies, Supply Authorities and the Fire
Officer. If there are any discrepancies between the specification and Statutory or Supply
Authority requirements, the Statutory or Supply Authority shall override. The Contract
Administrator shall be informed at the earliest time of any such discrepancy.

© 01 International W.L.L Food Service Equipment


11400-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6.02 INSTALLATION OF PIPE SERVICES GENERALLY


A. The works within this Sub Contract shall comprise the routing of pipe work from terminated
supplies to plumbed items of equipment and connecting to services voids/high level
terminations and to waste services to within 2 meters including traps, roding eyes, etc. as
necessary.
B. All visible water services pipe work shall be finished in stainless steel. All waste services pipe
work shall be include traps and roding eyes as necessary. Waste traps to be deep seal type.
C. The Specialist Catering Equipment Package Contractor shall install services as indicated on the
drawings and as required to suit the equipment. Where appropriate, final connection pipe work
shall be supported using proprietary hangers and brackets. Connections between equipment
and supply pipe work shall be made as unobtrusive as possible and shall be located to permit
the hygienic maintenance of the catering areas.
D. Pipes shall be fixed so that they do not to rest on the floor or present a hazard by intruding into
walkways etc. Water pipe services shall comply with the requirements of the local water
supply Company and current Regulations, particularly with respect to the provision of ‘Type
A’ air gaps to prevent back flow.
6.03 PLUMBING MATERIALS
A. The materials for the piped final connections shall be in accordance with the following table
and shall not be varied without prior written permission:
B. Materials Specification

Material

Drainage: Visible Drainage All visible drain pipe work shall be routed in chrome plated
Pipe work steel, complying with BSEN 12540 and being suitable for
food industry use.

Connections to Other Connections between chrome plated steel or UPVC and


Materials: pipe work of different materiel shall be carried out using the
relevant pipe work manufacturer’s standard transition
fittings, samples of which shall be submitted for review.
References shall also be made to Tables 11 and 12 of
BS5572.

Water Services: Fittings up to and including 67mm diameter shall be


capillary type, with integral soft solder. Fittings 76mm
diameter and above shall be wedge ring type.

Visible Water Services: Where practical, all visible water services shall be
connected to the appliance from adjacent terminated
supplies using flexible couplings that have a stainless steel
braid finish with PVC coating. The couplings shall be
installed complete with quick-disconnect valves to allow
easy disconnection of the water supply and prevent residual
water escaping from the equipment.

Where the use of fixed piping is necessary, the pipes shall


be finished in stainless steel. The pipes are to be smooth and
free from longitudinal grooving or other surface defects.
They are to be covered under a 25-year guarantee given by
the manufacturer and to bear a kite mark.

Concealed Water Services: Where the use of fixed piping is necessary, all concealed
water services shall be routed in copper. To be smooth and
free from longitudinal grooving or other surface defects.
Tubes are to be covered under a 25-year guarantee given by
the manufacturer and to bear the kitemark of the BSI.

© 01 International W.L.L Food Service Equipment


11400-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6.04 PIPEWORK INSTALLATION


A. All pipe work for final connections to equipment and contained within this Sub-Contract is to
be arranged in a neat and professional manner, with pipes correctly space from each other and
the building surfaces. No joints in pipe work shall be in any inaccessible position.
B. Where pipes are cut to length the ends shall be square and well reamed to remove burrs before
fixing. Any pulled bends shall be made with the assistance of a bending machine with
appropriate formers and guides. Where pipes reduce in diameter, eccentric, reducing sockets
shall be used, due allowance being made for air venting and drainage of the installation.
C. Any length of pipe work or fitting considered excessively tool marked by the Contract
Administrator shall be replaced by the Specialist Catering Equipment Package Contractor to a
satisfactory standard without cost to the contract.
D. Special care is to be taken to ensure protection of the pipework during delivery, storage and
installation. Open ended pipes shall be protected from damage and the ingress of foreign
matter by the provision of plastic caps/plugs or blank flanges as appropriate. Plugs of wood,
paper etc shall not be used.
E. Where pipe work is to be insulated it shall be fitted in such a manner as to allow each pipe to
be insulated for its full circumference and to allow the prescribed clearances, after insulation,
between the insulation and walls, floor, ceilings and other pipes. The insulation material shall
provide a washable finish.
F. All pipe work, irrespective of whether it is insulated or not, shall be provided with colour
coded identification bands labels in accordance with the requirements of BS1710.
6.05 PIPE SUPPORTS
A. Supports for drainage pipe work shall be provided at not less than the following intervals.

Pipe Materials (mm) Pipe Size Maximum Support Maximum Support


(mm) Distance for Horizontal Distance for
Pipes (m) Vertical Pipes (m)

Chrome plated Steel All sizes 1.2 1.5


UPVC All sizes 0.6 1.2

B. Pipe work shall be securely fixed at the maximum distance described above. Extra support
shall be given at ends and junctions. Vertical pipe work shall be fixed straight and plumb.
Discharge pipes shall be laid to falls as recommended in BS5572. Overflow pipes shall be laid
with a slight fall in order to facilitate self-drainage towards the discharge point. Access fittings
shall be provided so that all lengths of discharge piped are roddable.
C. Pipe supports are to be of proprietary type in chrome plated steel or nylon, to suit the pipe
material and support the pipework without sags a minimum of 25mm off the adjacent surface
for cleaning purposes. Pipe supports, hangers and brackets etc are to be to BS3794.
6.06 PERFORMANCE CRITERIA: DRAINAGE INSTALLATION
A. Pipe work, fittings and accessories shall be installed to ensure that:
 Waste water drains quickly, quietly and completely at all times without nuisance or risk
to health, trapped to ensured ambient air is not drawn into the cold room space.
 Discharge is conveyed without cross flow, back fall, leakage or blockage.
 Air from the drainage system does not enter the building.
 Pressure fluctuations in pipe work do not vary by more than + or -38mm water gauge and
traps retain water seal of not less than 25mm.
 The system can be adequately tested, cleaned and maintained.
 All traps to wastes above finished floor level shall have deep seals and comply with
BS3943.

© 01 International W.L.L Food Service Equipment


11400-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6.07 DRAINS AND OVERFLOWS ON EQUIPMENT


A. The Specialist Catering Equipment Contractor shall install all drainage pipe work in full
accordance with the local authority Drainage-By-Laws, Water Research Council guidelines
and other relevant statutory requirements. All waste outlets shall be fitted with a trap having a
water seal of 75mm or shall run to a tundish also fitted with a similar trap.
6.08 CATERING TAPS
A. All taps, valves and flexible hose fittings shall generally be 15-19mm diameter. In all
instances they shall be polished chromium plated finish and be designed for conventional deck
mounting, unless specified otherwise. All taps, valves and flexible hose fittings shall be
approved by the Local Water Authority and Water Research Council.
B. The taps shall be supplied with vandal resistant handles with all wearing parts easily removed
for cleaning, replacement or repair. Handles shall be heavy-duty solid type, star headed by
Trecorn, with a 2¼ turn, conventional screw down valve and non-rising spindle headworks
unless specified otherwise. Connection shall be hot on left and cold on right. Sink taps shall be
pillar pattern sink mixer taps with 200mm dual flow swivel spouts (Pegler 2523, Barking
Grohe or equal), mounted to the rear of each sink bowl and located on the raised tap ledge of
the table. Basin taps shall be lever action, supplied with 100mm levers unless otherwise
specified.
C. Catering taps for other applications shown within the itemized schedule of equipment shall be
suitable models of Pegler or Barking Grohe manufacture or equal and approved.
6.09 TESTING AND COMMISSIONING
A. The Contract Administrator shall witness all testing and commissioning and shall have access
at all reasonable times to such parts of the Specialist Catering Equipment Package Contractor
works and of his suppliers’ works. All as may be necessary for the purpose of inspecting,
examining and testing the materials, workmanship and performance of the plant.
B. Testing and commissioning shall include but not be limited to the witnessed operation of each
piece of equipment, running through the full range of features exhibited by each item.
C. The Specialist Catering Equipment Package Contractor shall give the Contract Administrator
seven days written notice of his intention to carry out any test and shall have carried out all
necessary adjustments prior to commencing such test.
D. The Specialist Catering Equipment Package Contractor shall allow for testing and
commissioning the installation in sections as required in order to conform with the Contract
Administrator programme. This shall include for and co-ordinate the testing and
commissioning of specialist systems as called for under the specification.
6.10 MANUFACTURER'S TEST CERTIFICATES
A. Where systems are commissioned by the manufacturer of specific equipment items, the
Specialist Catering Equipment Package Contractor shall obtain certified Test Certificates
covering the part of the works. The Certificates shall be incorporated within the operation and
maintenance manual.

PART 7 - ELECTRICAL SERVICES


7.01 GENERAL
A. This section of the specification describes the standard of materials to be used and the method
of installation. It shall be read in conjunction with each of the other sections of this
specification and in conjunction with other building electrical specifications and services
drawings.
B. The Specialist Catering Equipment Package Contractor shall provide and install everything
necessary to complete the final connections to all equipment, from terminated services
provided by others, to within 2000mm of each item or range of equipment, complying with the
IEE regulations latest edition and in accordance to the latest addition of Oman Municipality
regulations.

© 01 International W.L.L Food Service Equipment


11400-17
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Should any portion of the works, which would reasonably and obviously be inferred as
necessary, but not be expressly shown or specified, then the Specialist Refrigeration
Equipment Package Contractor shall provide and execute such works as an essential part of the
contract.
D. The final connections, where applicable, must comply in every respect with current
Regulations and recommendations of the statutory bodies and supply authorities.
E. The Specialist Catering Equipment Package Contractor shall liaise and co-ordinate with the
Electrical Services Contractor to ensure that:
1. The position of service outlets is correctly co-ordinated with equipment items.
2. The terminations to all services provided by others are correctly specified to enable
the final connections to be made.
3. The voltage and capacities of services provided are correct for each item of
equipment. Any variations between the allowances shown on design intent drawings
and provisions required by the Specialist refrigeration equipment Package Contractor
shall be identified, and documented, with supporting information.
4. All safety interlocks and devices are properly installed and operate correctly.
7.02 LABELING
A. All switchgear, control panels, distribution boards and isolating switches mounted within
equipment shall be identified as to their functions and operating voltage.
B. Information labels shall have black letters on a white background. The lettering shall be 5mm
high for distribution boards, local isolators and individual components of switch panels.
Warning labels shall be red with white filled lettering. All labels shall be securely fixed to the
equipment.
C. Distribution boards shall be fitted with circuit lists, detailing each circuit number, MCB rating,
equipment and/or service controlled and circuit wiring cross sectional area. Unused circuit
ways shall be indicated as "Spare Way". Circuit diagrams etc. shall be detailed within the
operation and Maintenance Manuals.
7.03 CABLES - GENERAL
A. All cables used to complete final connections shall be manufactured to the relevant European
and Omani Standards and shall, unless specified to the contrary, have copper conductors.
7.04 EARTHING AND BONDING
A. The Specialist Catering Equipment Package Contractor shall incorporate all measures for earth
continuity and provide all necessary bonding lugs and tags associated with the electrical
installation that forms part of these works. All to meet the standards of the local supply
authorities and to comply with the requirements of the IEE Wiring Regulations current Edition
and to satisfy all current Regulations. Connection to bonding tags will be by others unless
otherwise detailed.
7.05 TESTING AND COMMISSIONING
A. The Contract Administrator shall witness all testing and commissioning and shall have access
at all reasonable times to such parts of the Specialist Catering Equipment Package Contractor’s
works and of his suppliers’ works. All as may be necessary for the purpose of inspecting,
examining and testing the materials, workmanship and performance of the plant.
B. Testing and commissioning shall include, but not be limited to, the witnessed operation of each
piece of equipment, running through the full range of features exhibited by each item. The
Specialist Catering Equipment Package Contractor shall give the Contract Administrator seven
days written notice of his intention to carry out any test and shall have carried out all necessary
adjustments prior to commencing such test.
C. The Specialist Catering Equipment Package Contractor shall allow for testing and
commissioning the installation in sections as may be required in order to conform to the
Contract Administrator's programme.
D. The Specialist Catering Equipment Package Contractor shall include for, and co-ordinate the
testing and commissioning of, specialist systems as called for within the specification.

© 01 International W.L.L Food Service Equipment


11400-18
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7.06 MANUFACTURER’S TEST CERTIFICATES


A. Where systems are commissioned by the manufacturers of the equipment, the Specialist
Catering Equipment Package Contractor shall obtain certified Test Certificates covering the
relevant part of the works. The Certificates shall be incorporated within the maintenance
manual

PART 8 - STEAM SERVICES


8.01 GENERAL
A. The steam shall be generated via a packed boiler system sited in the plant room.
B. Distribution pipe work shall transport the steam from the plant room to the Laundry Equipment
via the ceiling void.
C. The steam shall have all safety devices and steam traps installed.
8.02 PIPE WORK
A. Pipe work shall be in accordance with the following specification:
 Pipe work shall comply with BS 1387 heavy grade black steel.
 All pipe sections shall be joined via welded flanges as detailed in Part 3M of the
specification and to BS 4504 PN16 c/w gaskets.
 All pipe work shall be run in the ceiling void and laid to fall towards steam traps.
 The pipe work shall be supported as described in Part 3M of this specification.
 Thermal expansion shall be formed in the pipe work, flexible couplings shall not be
used. The expansion loop is to be anchored to direct the expansion and roller guides
shall be used.
 Pipe work shall be painted with two coats of red oxide paint upon completion.
 All valves and fittings shall be suitable for the temperatures and pressures.
8.03 INSULATION
A. Following completion and pressure testing thermal insulation shall be applied.
8.04 STEAM TRAPS
A. Steam traps shall be sited at regular intervals and at the bottom of all drops to remove
condensate from the steam pipe work.
B. The steam traps shall be float type and shall be fitted in conjunction with a strainer and sight
glass.
8.05 CONDENSATE
A. Condensate from steam traps shall be collected together in header pipes and run to fall towards
a condensate pump for returning to the condensate receiver.
8.06 PRESSURE REDUCTION
A. The steam pressure shall be reduced to a suitable pressure for connection to the selected
equipment.
B. The pressure shall be reduced utilizing a pressure reducing valve. The valve shall be installed
with all the necessary separators, stop valves, safety valves, strainers, steam traps and gauges.
8.07 FLUSHING
A. Flushing shall be to the following specification:
 Upon completion of the works and prior to any commissioning taking place, allow for
flushing the complete stem system in accordance with BSRIA Code of Practice.
 A full report shall be submitted upon completion of flushing together with a certificate
of water quality.
 A flushing loop shall be installed around the cooking kettles.

© 01 International W.L.L Food Service Equipment


11400-19
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 A line size flushing loop shall be installed within the steam pipe work.
 A dedicated pump shall be employed in order for the flushing velocities to be
achieved.
8.08 TESTING AND COMMISSIONING
A. The Specialist Laundry Equipment Contractor will allow for commissioning only by a
specialist commissioning contractor, in accordance with the specification, all to result in a fully
functioning system.
B. The Contract Administrator shall witness all testing and commissioning and shall have access
at all reasonable times to such parts of the Specialist Laundry Equipment Contract works and
of his suppliers’ works. All as may be necessary for the purpose of inspecting, examining and
testing the materials, workmanship and performance of the plant.
C. Testing and commissioning shall include but not be limited to the witnessed operation of each
piece of equipment, running through the full range of features exhibited by each item.
D. The Specialist Laundry Equipment Contractor shall give the Contract Administrator seven
days written notice of his intention to carry out any test and shall have carried out all necessary
adjustments prior to commencing such test.
E. The Specialist Laundry Equipment Contractor shall allow for testing and commissioning the
installation in sections as required in order to conform with the Contract Administrator
programme. This shall include for and co-ordinate the testing and commissioning of specialist
systems as called for under the specification.
8.09 MANUFACTURER'S TEST CERTIFICATES
A. Where systems are commissioned by the manufacturer of specific equipment items, the
Specialist Laundry Equipment Contractor shall obtain certified Test Certificates covering the
part of the works. The Certificates shall be incorporated within the operation and maintenance
manual.

PART 9 - FABRICATED EQUIPMENT: GENERAL SPECIFICATION


9.01 GENERAL
A. The Specialist Catering Equipment Contractor and his specialist supplier shall be responsible
for the design of the items specified and for the selection of suitable and appropriate
components to suit the conditions specified.
B. The specialist stainless steel fabricated items shall all be the product of one manufacturer to
ensure consistency of design details and components.
C. All specialist stainless steel fabricated items shall be designed and manufactured to have a safe,
hygienic finish, be capable of being easily cleaned and be suitable for use in a heavy duty-
catering environment.
9.02 MATERIALS AND FINISHES
A. Construction: All stainless steel used within fabricated equipment shall be type 304-grade S15
superior corrosion resistant, finished to DP1. To be 2mm or 1.6mm thick (14 or 16 gauge) as
specified in the item specification. Edges shall generally be bullnosed/radiused with a return
edge, 55mm deep, unless otherwise specified. Up-stands shall be boxed, 130mm high with a
full depth boxed return to the rear and an angled return to the top.
B. Tops: The tops of all tables, shelves, exterior panels of fixtures, cabinet type doors and drain
boards shall all be constructed from a single sheet of metal, wherever available standard sheet
size permits. Where size of equipment requires the use of more than one sheet of metal, sheets
shall be butt jointed with all joints having a continuous site weld for their full length. No joint
shall be less than 500mm from an edge or end of a piece of equipment.
C. Item Size: The item framework, tops and any paneling shall be constructed to dimensions that
allow the items to be delivered into the building and to their final installed location. The items
shall not require the application of manual cutting gear such as saws, chisels and the like.

© 01 International W.L.L Food Service Equipment


11400-20
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. The items shall be joined in a manner that allows them to be dismantled and removed from
their locations in the future without the need to make alterations to the structure of the
building.
E. Joints: Joints in stainless steel worktops shall be designed so as to achieve a water, grease and
bacteria/vermin-proof surface.
F. Joint Detail: The two corresponding edges of site joints shall match in profile or sections and
all horizontal or vertical surfaces shall be flush, in alignment and site welded.
G. Fastenings on Exposed Surfaces: To be welded, ground smooth, and polished to match the
adjoining surfaces. The polished grain on all working surfaces of each item of equipment shall
run parallel to the length of the equipment. Adjoining items of equipment shall have the grain
running in the same direction. Below worktop level all surfaces shall have the grain running
horizontally. Capping or joining strips shall be DP1 finish with the grain running vertically.
H. Stainless Steel Tubing: To be 1.5mm thick. Where used as legs, tubing shall be 38-40mm
overall square or round section. Where used as framing to counters and as bracing to tables,
tubing shall be 25-30mm overall square or round section. The use of square or round tubing is
as detailed in the itemized specification.
I. Tubing shall be seamless drawn or seam welded, ground and polished smooth finish. All joints
between legs and attachments to equipment shall be welded, ground smooth and polished.
Whenever joints are required to be welded, they shall be ground and polished finished.
J. All Hardware/Fittings: All hardware, and other fittings used in connection with the equipment
shall be stainless steel, unless such fittings are unobtainable, when chrome plated brass or
bonze may be submitted for approval.
K. Handles and Drawer Pulls: To be folded pattern, formed integrally to the door/drawer front.
Drawer pulls shall run horizontally. Door pulls shall run vertically.
L. Handles: Where handles are required to be fixed to materials other than metal they shall be
Standard-Kiel model 12270 or similar approved and fixed using stainless steel screw/bolts as
appropriate.
M. Hinges: Hinges shall be concealed type in nickel bronze or heavy stainless steel material.
Hinges may be welded or bolted to the doors and bodies. Bolts shall be stainless steel.
Alternatively the hinges may be fastened with stainless steel, countersunk rivets, ground flush
and polished smooth.
N. Locks: To be stainless steel heavy duty, Fermod or equal and approved.
O. Feet: To be 180mm high bullet stainless steel heavy-duty adjustable type.
P. Castors: To be 125mm diameter (unless otherwise specified), non-marking heavy-duty type,
braked as specified. All castors are to be designed for use on a hard floor and are to have a hard
noise-dampening wheel with a polyamide tread and a soft rubber core (model: HUR). The
castors are to be non-marking and leave no discolouration behind as they travel. The castors
are to be washable and be manufactured with high quality chromes steel plates, plastics and
components that are rustproof. To be suitable models from Tente International or equal and
approved.
9.03 WELDS
A. The words 'weld' or 'welded' used in this specification mean that metal joints shall be
continuously welded on the exposed parts, ground smooth and polished to match adjoining
surfaces.
B. Where metal to metal joints occur on all fabricated items, the joints shall be properly welded.
C. All welded joints shall be homogeneous with the parent metal itself.
D. Where spot welding is necessary, the welds shall be at a maximum spacing of 75mm, dressed
smooth on visible surfaces.
E. Where tack welding is necessary, the pieces welded shall have at least 12mm length of welding
material at maximum spacing of 100mm.

© 01 International W.L.L Food Service Equipment


11400-21
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. All welding shall be done with welding rod of the same composition as the stainless steel
sheet.
G. Welds shall be strong and ductile, with excess metal and any discoloration ground off and
joints finished smooth to match adjoining surfaces.
H. Welds shall be free of imperfections such as pits, runs, splatters, cracks, warping or
discolorations.
I. All exposed welded joints shall be ground flush with the adjoining materials and neatly
finished. All ground surfaces shall then be polished or buffed to match the adjoining surfaces.
Care shall be exercised in all grinding operations to avoid excessive heating of the metal
causing metal discoloration.
J. Abrasive wheels and belts used in grinding shall be removed by successive finer polishing. The
texture of the final polishing operation shall be uniform and smooth.
K. In all cases, the grain or rough grinding shall be removed by successive finer polishing
operations. The texture of the final polishing operation shall be uniform and smooth.
L. All exposed surfaces shall be commercial mill finish, Matt DP1 for corrosion resisting steel.
M. Where brake bends occur, they shall be free of open texture or orange peel appearance. Where
such brake work does mark the uniform appearance of the material, all marks shall be removed
by grinding, polishing and finishing.
N. Sheared edges shall be free of burrs, fins or projections. Where mitre or bull-nosed corners
occur, they shall be neatly ground to a uniform condition. Over-lapping materials are not
acceptable.
O. Exposed surfaces of equipment shall be free of bolt, screw or rivet heads. Whenever bolts are
used to fasten trims to the panelling and body of warmers, counters, cabinets and similar
equipment, or to fasten tops of counters and tabletops to framing, such bolts and screws shall
be of the concealed type.
P. Where threads of bolts and screws occur on the inside of fixtures and are either visible or
might come in contact with a wiping cloth, such bolt and screw threads shall be ground smooth
so as not to create a hazard to food service employees.
9.04 FIXTURES
A. Stainless Steel Doors: Whether hinged or sliding, doors shall be made to the full height of the
door opening.
B. Doors: To be double pan construction, braced and sound deadened. They shall be constructed
from stainless steel not less than 1mm thick throughout with all corners welded, ground
smooth and polished. All bracing shall be on proper centers to fit the door size. Door lining
panels shall be 304- stainless steel.
C. Heated Cupboard Doors: To be insulated with rigid materials.
D. Sliding Doors: To operate on wheels running on a drawn overhead tracking that is sloped so
that the doors are self-closing. The door base shall be guided by a stainless steel plate/pin,
located at centre of the door opening. Integral folded pattern handles shall be provided. No
door length shall exceed 1000mm.
E. Pan Runners: To be provided where specified. In all instances they shall be constructed from
stainless steel and shall be secured on vertical supports with the whole section being removable
from the cabinet base/table frame for cleaning.
F. Mobile Items: The support legs shall be fitted with castors having 125mm diameter non-
marking polyurethane wheels mounted on ball race bearings, with the castor capable of
swiveling through 360 degrees. Castors shall be suitable for heavy-duty use. All castors shall
be fitted securely to the support frame of the item by means of an expanding collar fitting
which shall locate inside the legs and be secured by double tapered screws.
G. Shelves: Where specified within the item, they shall be in 18-gauge stainless steel, unless
otherwise specified. All shelves shall have an up-stand to the rear and a turndown on the
remaining edges, unless otherwise specified. All shelves shall removable from the item frame.

© 01 International W.L.L Food Service Equipment


11400-22
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9.05 SINK UNIT TOPS, WORK TOPS, TABLES AND TOPS GENERALLY
A. Unexposed Under frames: To be formed from 32 x 32 x 3m stainless steel angle, all welded
with welds ground smooth as necessary.
B. Exposed Under frames: To comprise of 25mm diameter or square section stainless steel tube,
welded and polished, forming a support frame for enclosure panels. These frames shall also act
as vertical/horizontal dividers as and where appropriate to the unit.
C. Leveling: A means of leveling the under frames shall be provided.
D. Tops: To be fabricated from the equivalent of 14 or 16-gauge thick material, as called for in the
item specification. Sink tops shall be fitted with local or totally surrounding drip fillet edges.
Tops shall have turndowns, measuring 50mm deep and up-stands shall be 120mm high, fully
boxed and returned to the rear.
E. Cantilevered Sections: Where specified, those sections of fixed position tops that are to be left
open under for storage of mobile items shall be cantilevered off walls.
F. Sound Deadening: Tops shall be fitted with sound deadening under, being 18mm waterproof
MDF substrate finished with a 20swg (1.0mm) stainless steel lining, turned up around the
edges of the MDF.
G. Drawers: To comprise of removable stainless steel Gastronorm size (325 x 520mm) pans,
150mm deep with the top flanged out on all sides to the drawer housing. The drawer housing
shall be made of stainless steel channels welded at the ends and to the front. The housing
supports shall be formed of stainless steel and shall extend the full width of the top with a rear
enclosure. The drawer housing shall slide on heavy-duty proprietary telescopic channels with
rollers. The mechanism shall be so designed that the drawer will not tilt when fully open. It
shall be provided with a stop mechanism to prevent the housing from being pulled off from
slides, but with a suitable extension so that the pan may be removed for cleaning.
H. Drawer Fronts: To incorporate an integral, folded pattern horizontal drawer pull.
I. Drawer Mounting: Drawers under tabletops shall be 25mm back from the front edge of the
fixture.
J. Drawer Liners: Each drawer shall be supplied complete with 1no stainless steel Gastronorm
container 1/1 x 150mm deep unless otherwise detailed.
K. Over Shelves: To be constructed from a 16 gauge, 1.6mm thick stainless steel tubular structure,
reinforced to prevent distortion and to support the shelves. The shelves shall be turned down
30mm on front and exposed ends, turned up 50mm on edges abutting walls, and shall be closed
on the underside with stainless steel paneling.
L. Wastes: To generally be standing corner overflow pipe and strainer assemblies (unless
otherwise specified), of stainless steel construction, sized as indicated on the drawings.
M. Lever Operated Wastes: Where lever operated wastes are specified these shall be 50mm with
associated overflow outlets applicable to the operation of the unit
N. Vertical Pipe Enclosures: To be formed from stainless steel panels. They shall be fixed to the
walls and be of sufficient length to extend 100mm beyond the false ceiling. Following
installation of pipework all enclosures shall be clad in one-piece stainless steel. A neat and
tidy joint shall be formed where the enclosures adjoin bases, using proprietary stainless steel
mouldings, which shall be submitted for approval prior to manufacture.
O. A top plate to prevent ingress of vermin shall seal the top of the ducts. All pipes or other
services penetrating the duct top plate shall also be sealed, preferably by grommets or
alternatively by sealant. Where cladding adjoins the false ceiling the Specialist Catering
Equipment Contractor shall fit a concealed fixed stainless steel angle trim to all exposed sides.
P. Refrigeration Plant: Any refrigeration plant supplied either as an integral or remote component
of equipment items and which is incorporated in the fabrication, shall be supplied by Catering
Equipment Contractor, who shall also be responsible for installation and warranty, as
applicable to the project. The Catering Equipment Contractor shall provide a means of
disconnecting and reconnecting refrigerant and electrical interconnections where necessary for
site access/delivery purposes.

© 01 International W.L.L Food Service Equipment


11400-23
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Q. Sealant: The Catering Equipment Contractor shall apply a polysulphide based white colour
sealant where units, tops, bases, pipes enclosures, etc., supplied in this Contract meet with the
building structure.
R. In addition to achieving a waterproof seal, the sealant shall have good adhesive and elastic
properties, be non-toxic, resistant to aqueous detergents, dilute alkalis and dilute mineral acids,
and be heat tolerant. The sealant shall be applied using masking tape, with joints smoothed
with a spatula and surplus sealant removed. The Catering Equipment Contractor shall satisfy
himself that the sealant shall not have an adverse reaction to materials used either in the
construction of the building or equipment.
9.06 CUPBOARD CONSTRUCTION
A. All under counter cupboards are to be constructed such that any liquid spillage occurring
within is directed to discharge on the operator side of the counter. The cupboards are to be
"tanked" such that spillages cannot sleep under the counter. Where internal intermediate
shelves are specified they shall be removable.
B. Cupboards doors are to be double skinned and, where heated, insulated with 30mm foil
covered rock wool. Sliding doors are to be top hung, mounted on a self-closing ball bearing
track with guide pins at the lower edge and to be easily removable without tools.
9.07 HEATED CUPBOARDS
A. The counter specialist will be responsible for all internal wiring within the heated cupboards,
terminated with electrical switches and control panels, positioned generally as detailed on
drawings. The control panels are to be sized by the Contractor to suit the electrical components
of the cupboards/counters and any items mounted under or over. The controls are to be
protected behind 10mm grey tinted toughened glass doors.
B. The control panels are to be complete with a lockable isolator switch capable of isolating all
electrical supplies to the respective counters. All internal circuits are to be protected by integral
miniature circuit breakers. The control panels are to incorporate "power-on" indicator lamps
for all electrical components together with digital temperature display monitors.
C. Cupboards are to be heated by dual elements with safety protection and temperature control
thermostats.
D. The Specialist Catering Equipment Contractor will be responsible for ensuring that qualified
electricians employed by him will make final electrical connections and carry out testing
commissioning.
9.08 HEATER LAMPS
A. Where specified, quartz heater lamps are to be 300W, 500W or 1000W units, as appropriate for
the heated counter type and located at approximately 300-400mm centers.
B. Heater lamps are to be supplied with stainless steel mesh protectors and are to be located
within shaped 18g 304-brushed stainless steel cowlings, fitted with cooling slots.
C. The quartz lamps are to be fan cooled, individually controlled by on/off switches and infinitely
variable electronic dimmers. They are to be wired back to the electrical control panel, isolated
and labeled on separate switches at that point.
9.09 KICK PLATES
A. Where sections of counters are specified to have kick-plates, they shall be 180-150mm high,
demountable and in stainless steel. They are to be concealed fixed to the counter framework
and legs via magnetic catches and are to locate onto fittings welded to the framework of the
counter.

PART 10 - SPECIALIST SERVICE COUNTER SPECIFICATION


10.01 SERVICE COUNTER MANUFACTURER
A. The quality of work to achieve the service counters specified is considered to be of particular
importance, in every respect. All counter carcasses, components, top decorative finishes and
superstructures shall all be the product of one specialist manufacturer.
B. The Tenderer shall confirm the proposed manufacturer of counters with his returned bid.

© 01 International W.L.L Food Service Equipment


11400-24
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10.02 SCOPE OF WORK


A. The work shall comprise of the design, manufacture, supply, delivery and off-loading into
secure storage or erection area as instructed on site, installation, testing, commissioning,
cleaning and demonstration of all the equipment listed, including final services connections to
the equipment.
B. The Sub Contractor shall co-ordinate all interfaces with other packages.
C. Reference should be made to the typical section details shown on the service counter design
intent drawings. The counter tops shall be mounted generally at 840mm above finished floor
level unless otherwise specified.
D. Reference shall be made to the Architectural finishes specification for complete details of the
finishes that are proposed.
10.03 COUNTER TOP
A. To be:
1. Nero Assoluto or similar Granite
2. Polished 20mm thick slab granite top forming a continuous flat surface, with built-up
front and side leading faces to give 40mm thick appearance.
3. Granite to be bonded to 19mm MDF or galvanized sheet
4. To have 5mm aris to all visible edges.
5. To have a stainless steel 10mm flat bar frame to heated display sections.
6. All junctures are to be sealed with a suitable colour sealant.
7. Refrigerated Sections: Display sections are to be fitted such that the stainless steel
framing/outer flange is finished flush with the surrounding granite and rests on the
countertop substrate. All junctures are to be sealed with a suitable colour sealant.
8. Heated Sections: To have decorative granite finish heated plates and heat resistant
expansion joints. To have a stainless steel flat bar frame surround.
9. Up-stands: To have 20mm thick x 100mm high polished granite rear and side up-
stands where the counter top abuts adjacent walls. The up-stand is to have a radius top
edge.
10. Drop-in Display Sections: To be fitted such that the stainless steel framing/outer
flange is finished flush with the surrounding granite and rests on the countertop
substrate.
11. All junctures are to be sealed with a suitable colour sealant.
B. Tray rest: to be
1. Granite
2. Extending from under the main counter top and supported from the main counter
frame.
3. Polished 20mm thick slab granite top forming a continuous flat surface, with built-up
front and side leading faces to give 40mm thick appearance.
4. To have a 20+20mm bull nose edge on all the customers faces.
5. Inset with two flat bar stainless steel rub-rails.
C. Service Counter Decorative Fascia Panels (subject to confirmation during the production
information period): Panels to comprise of decorative stainless steel panels that are bonded to
16-19mm MDF moisture resistant substrate that is balanced to the opposite side. Panels to
follow the line of the counter top.
D. Decorative Stainless Steel Cladding Panel/Door Fronts: To be as available from Rimex Group
(Rimex Metals). Material: Stainless Steel. Pattern: Canvas

© 01 International W.L.L Food Service Equipment


11400-25
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Panel Junctures: Stainless steel to have a folded return at panel junctures. To have a 5mm
bright satin polished 304-grade stainless steel flat bar that is set notionally forward of the main
panels at all panel junctures.
F. Front and Exposed Kick plates: Stainless steel bonded to 20mm MDF and balanced to the
opposite side. Concealed fixed, set back approximately 80-100mm from the counter front
panels.
G. Rear Kick plates: All sides are to be fitted with concealed fixed stainless steel bonded to 18-
20mm MDF and balanced to the opposite side. To be set back 90mm from the counter front
panels. They are to be mounted on concealed fixings to the counter frame.
H. Visible Louvered Panels: Forward of integral compressors the panels are to have punched-out
decorative routed louvers that provide additional ventilation for the counter mounted units.
I. Gantries: Single-tier sneeze screen/service gantry mounted over the heated section. To be
supported by 38-42mm diameter x 16swg bright satin-polished stainless steel tubular leg
uprights and be fitted with a 6mm thick toughened curved glass over shelf also forming a
sneeze screen. The front and rear horizontal edges are to be fitted with stainless steel U-shape
protection channels.
J. The gantries are to be heated/illuminated under by lamps mounted in a 100mm diameter bright
satin polished 304-grade stainless steel tubular light duct.
K. Glass: All glass used for gantries is to be 6-8mm thick, curved, clear and toughened. All glass
used for display shelves shall be 10mm thick, flat, clear and toughened. Front and rear
horizontal sections of glass shall be fitted with stainless steel U-channel protectors.
L. Front and rear horizontal sections of glass shall be fitted with stainless steel U-channel
protectors.
10.04 WORKING DRAWINGS
A. Working/fabrication drawings of all counters are to be submitted for comment and review prior
to their manufacture to ensure correct interpretation of this specification. They are to be at a
scale of not less than 1:20.
B. The drawings must show:
1. Dimensioned counter layout and elevation drawings at a scale of 1:25 showing:
2. Dimensioned builder's work, showing any required builder's work, including size and
position of any holes in the structure and dimensional relationships to builders work
walls/ the building structure. This information must be provided in sufficient time to
meet the needs of the Main Contractor's construction programme.
3. Dimensioned Mechanical and Electrical connection positions required for the
equipment.
4. Dimensioned electrical switchgear positions required for the equipment.
5. All materials products, components, assemblies, etc. The drawings must indicate the
type and thickness of materials, the arrangement of components, jointing, fixing and
details, sealants, extrusions, finishes and all other pertinent information. In a number
of instances these working drawings shall be full size or 1:5 scale.
6. The location of all component parts, method of assembly and fixing, and the
dimensional relationship with adjacent elements, components or materials, indicating
the permissible deviations.
C. The Catering Equipment Contract Contractor shall be responsible for any discrepancies, errors
or omissions in the drawings and other particulars provided by him, whether or not such
particulars have been approved by the Design/Contract Team.
D. The approval of the Catering Equipment Contractor's drawings shall not relieve the Catering
Equipment Contractor of the responsibility for accuracy and to dimensionally check items
supplied which have been manufactured to a specific dimension for a particular location.
E. Approval of the specification, samples, drawings, tests, method of construction, etc., given,
shall not relieve the Catering Equipment Contractor from the responsibilities listed within this
Package Work.

© 01 International W.L.L Food Service Equipment


11400-26
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10.05 COUNTER MOCK-UP


A. The tenderer shall make allowance for the provision of sample mock-ups of the entire Grill Bar
Counter, item CK-01.05 and of the island beverage counter, item CK-01.31. The mock-ups
shall be in MDF and shall show all height details, interface and cladding details.
10.06 FRAMES
A. Frames shall be constructed from 30mm x 30mm x 1.2mm square 430-grade stainless steel
tubing, all welded. All tubular sections and joints shall be completely sealed. Welds shall be
ground smooth where they affect cladding panels etc. Frames are to be designed to suit the
counter details and be split into sections to suit access requirements of site. All frame sections
are to be bolted together on site. The base frame depth is to be detailed to suit counter
components, approximately 750mm deep for single side units.
10.07 INTEGRAL SERVICE DUCT
A. All services shall be routed within the counter frame to designated points and the counter
framing is to incorporate suitable service ducts concealed by front decorative panels or internal
rear removable fascia panels where appropriate.
10.08 COUNTER COMPONENTS
A. Unless otherwise specified all counter materials shall be as follows:

Details Specification
Cupboard and Shelving Lining 18 gauge 304 grade Stainless Steel
Panels: Where ambient sections abut walls, internal end
panels shall be removable for cleaning. In the
case of internal paneled void sections e.g. access
to refrigerant lines, the front internal void panel
shall be three quarters of the void height for ease
of access from the service void.
General Internal Shelving 18 gauge 304 grade Stainless Steel.
Intermediate shelves will be suitably reinforced
along their length with all edges flanged down
with a 10mm return flange. The base shall be
fixed and form a tanked lining. All intermediate
shelves shall be removable.

Shelving Supports: Shelf support shall be 10mm diameter stainless


steel studs with matching cut-outs in shelf down
stands.
Door Exterior: 18 gauge 304 grade Stainless Steel

Door Interior: 20 gauge 430 grade Stainless Steel

Sliding Doors: Double panel construction with exterior panel of


1.2 mm thick (18 swg) stainless steel, and interior
panel 0.9 mm thick (20 swg) stainless steel. 12
mm void between panels shall be closed with 150
mm channel stiffeners and rigid insulation core.
Doors shall be hung on an overhead "V" track
with ball-bearing nylon roller sheaves. Bottom of
door shall be retained by a 50 mm clip at front
centre on lower shelf to permit easy cleaning of
shelf area.

Service Panels: 20 gauge 430 grades Stainless Steel

© 01 International W.L.L Food Service Equipment


11400-27
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Drawers: Approximately 550 mm long x 350 mm wide and


shall be fabricated from 1.2 mm thick stainless
steel including the face plate and handle. The
drawers shall run on stainless steel slides with
ball bearing nylon rollers and stops to prevent the
drawers from falling out. The drawer is to be
removable from the frame without the use of
tools, and is to be complete with 1no. full size
stainless steel Gastronorm liner. Each drawer
shall be lockable.
Drawer runners shall be a Component Hardware
S52 Series type. Drawer handles shall be folded
type, integral to the drawer front.

Handles and Locks: Cupboard handles, generally, shall be recessed


and of stainless steel finish. All cupboards shall
be lockable. Locks shall be of the barrel type,
complete with two (2) numbered keys, which
shall not be repeated.
Hinges: Hinges shall be of the edge-mount type and be of
reference Fermod type 402 matt.

Sink Bowls: Sink bowls shall be in 1.6mm thick (16 swg)


stainless steel. Each bowl shall be complete with
a 42 mm stainless steel and nickel plated, twist
handle waste outlet with overflow assembly, and
flat type strainer plate, unless otherwise stated.
All bowls shall be fully welded into the tops, and
fully sound-deadened. The front fascia of bowls
exposed to the operator must be finished with a
stainless steel valance panel and neatly finished.

Fan Blown Cold Display Main Coil/ 20 gauge 430 grade Stainless Steel
Fan Housings:

Heated Cupboards: To be electrically heated via fan assisted


elements. All units shall be fully insulated at rear,
ends, base and doors, and partially insulated to
the tops, with 25mm thick Rockwool mat,
retained by 22swg galvanized steel paneling. The
insulated doors shall be of double panel
construction with exterior panel of 1.2 mm thick
(18 swg) stainless steel, and interior panel 0.9
mm thick (20 swg) stainless steel. Doors shall be
hung on overhead "V" track with ball-bearing
nylon roller sheaves. Bottom of door shall be
retained by a 50 mm clip at front centre on lower
shelf to permit easy cleaning of shelf area. Door
pulls shall be of the flush recessed type. The
interior of the units shall be clad with 1.0 mm
thick (20 swg) stainless steel with bases coved for
ease of cleaning. Hot cupboards sited adjacent to
refrigerated cupboards must be plated and
insulated to avoid heat transference. Digital
electronic display thermometers shall be
provided, positioned on the operator’s side of the
counter.

© 01 International W.L.L Food Service Equipment


11400-28
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Heated Bain Maries: The heated display area shall be fitted with a bain
marie top of the dry well type. The bain marie
shall be suitably sized to accept full size 150 mm
deep, Gastronorm containers. Heating will be by
means of hinge up elements mounted into the
base of the well. The bain marie shall be
controlled by electronic thermostats giving heat
level control up to +90 C to plus or minus 2 C
and shall have an electronic digital temperature
readout, mounted on the operator’s side.
Rear Kick plates: 16 gauge 304 grade Stainless Steel. To be easily
removable to the rear for cleaning.

Legs: With Chrome Plated Die cast 304Grade Stainless


Alloy
Steel/40x40x1.2mm square

Adjustable Leveling Feet 150mm high with adjustable leveling inserts.

10.09 COUNTER TOPS – DECORATIVE FINISH


A. Visible Front Edges: The service counter tops shall all be finished in 20mm thick solid
polished granite with 40mm thick built-up edge to the front and sides, with a 5mm square aris
finish. The piece of granite that is applied to give a 40mm thick appearance shall be bonded to
the upper granite and be fully polished to achieve a solid leading edge appearance.
B. Rear Edges: The granite shall be made up to produce a profile 40mm thick on rear edges, with
pencil radius edges and chamfered corners. Where counters abut screens/walls then a 100mm
high granite upstand shall be provided, applied to a satin stainless steel 60mm thick upstand
incorporated as part of the counter framing, to house sockets outlets, etc.
C. Control Sample: Control samples of both granite and epoxy grout are to be approved prior to
manufacture. The granite is to all match a sample supplied by the Specialist Catering
Equipment Contractor during the post tender stage and subsequently authorized. It shall all be
from the same batch delivery.
D. Tray Rest: The tray rest is to be formed as an extension from under the counter top, running
out from under the top to the main counter. It shall be in plain flat honed polished granite with
a bull nose front edge profile and 5mm aris to edges. The tray rest top is to be inset with pairs
of stainless steel flat bar rub-rails.
E. Counter Top Generally: As appropriate, and determined by the functional components of the
counters, the granite shall be mounted onto an MDF moisture resistant or galvanized sheet
structure. A 6mm Annealed mild steel sheet substrate shall be used as the base for the heated
decks. The base plates are to be stiffened and bonded to prevent buckling or distortion, and to
function as the base for the granite.
F. The granite is to be fixed to the base with a heavy-duty heat resistant adhesive and finished
with a suitable heat resistant epoxy grout to match the colour of the granite. The granite joints
are to be arranged in a configuration that minimises the requirement for joints or cuts and
which maintains setting out continuity through all units. This setting out shall be submitted for
approval prior to manufacture.
G. Where counters abut adjacent walls they are to be fitted with a 100mm high upstand and be
securely bonded and sealed to the counter top and adjacent walls with a heavy-duty mastic
sealant. The colour of the sealant is to match the adjacent top.

© 01 International W.L.L Food Service Equipment


11400-29
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10.10 COUNTER TOPS – HEATED SECTIONS


A. To be finished in granite to match the counter top. To comprise of 10mm thick heated plates
with black expansion joints, heated either by a silicone heater mat bonded to the underside of
the granite or by incoloy elements that are mounted under the heated display section. The
heated plates are to be controlled by variable control indicators with a digital display LED
display at the control panel and with thermal cut-out protection. Each heated plate is to be
Gn1/1 dimensions, 325mm wide x 530mm deep, subdivided into two sections by an expansion
joint.
B. Thermostatic Controls: The hotplates are to be controlled by variable thermostatic control
indicators that are capable of operating at between +40OC and +110OC and be capable of
maintaining food at or above +85OC.
C. Heated top sections shall be fully tested in the works so that unsuitable pads are replaced prior
to delivery of the counter.
D. Display Surround: To have a 10mm wide satin polished stainless steel flat bar surround to the
specific bank of hotplates, set level with the adjacent granite top with 3mm wide black heat
resistant intermediate sealant joints. This is to act as a thermal break and allow for thermal
expansion. The surrounding section of top shall be fitted with 20mm insulation to ensure that
there is no transfer of heat between the heated deck and the surrounding display.
10.11 COUNTER TOPS: FAN BLOWN COLD DISPLAYS
A. All cut-outs for refrigerated wells are to be finished in honed granite, with a pencil
radius/chamfer to protect the granite. The refrigerated display well decks shall have a stainless
steel base plate that is finished with decorative finish granite 6-10mm thick finish as detailed in
the item specification.
B. The refrigerated display well decks are to be recessed approximately 120mm below the main
counter top or as specified. They are to hinge upwards for cleaning via gas ram supports stays.
The display decks shall be split into sections according to overall display length. No single
length of deck shall exceed 1500mm. The deck dimensions shall allow display of 530mm long
containers i.e. standard Gastronorm units.
C. Decks are to have front, vertically positioned air return grilles, mounted below the main
counter deck.
D. Cold display sections are to be refrigerated via rear cooling units, with air being circulated
positively through a 200mm finned coil by 150mm diameter nylon axial flow fans. The fans
are to be guarded and fitted with a variable speed control. The air box/air flow grill shall be
mounted to the rear of the display as determined within the item specification. The grills shall
be mounted below the main counter deck. All vertical materials shall be in brushed stainless
steel.
E. The display decks are to be refrigerated via integrally located water cooled compressors sized
to display pre-chilled food at a temperature not exceeding +5OCentigrade during a 4-hour
service period. The counter specialist shall provide documentary technical evidence with his
working drawings to show ability to comply with these temperature parameters.
F. The evaporators shall be static transverse type, treated with an anti-corrosion coating. Drainage
is available to the front service counters; the condensate from evaporators shall be plumbed to
waste under the counters.
G. The display deck(s) shall be separately switched and have digital temperature indication.
10.12 COUNTER TOPS: AIR CURTAIN DISPLAYS
A. All cut-outs for refrigerated air curtain displays are to be finished in honed granite, with a
pencil radius/chamfer to protect the granite. The refrigerated display well decks shall have a
stainless steel base plate that is finished with decorative finish granite 6-10mm thick finish as
detailed in the item specification.
B. The air curtain display decks are to be recessed approximately 120mm below the main counter
top or as specified. They are to hinge upwards for cleaning via gas ram supports stays. The
display decks shall be split into sections according to overall display length. No single length
of deck shall exceed 1500mm. The deck dimensions shall allow display of 530mm long
containers i.e. standard Gastronorm units.

© 01 International W.L.L Food Service Equipment


11400-30
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Decks are to have front, vertically positioned air return grilles, mounted below the main
counter deck.
D. Support Structure: Each air curtain display section is to have a forced air refrigerated display
support structure over incorporating a housing for the blown cold air refrigeration system,
rising to approximately 1385mm above floor level. The displays are to be open front access
design, with an insulated mirror finish stainless steel back. They are to be suitable for self-
service and replenishment from the front. The exterior framework, all shelf supports and air
flow grills are to be fabricated from satin-polished stainless steel. The housings are to have a
decorative finish bright satin polished stainless steel angled top and decorative double glazed
angled glass side cheeks. They are to be fitted with decorative downlights to illuminate the
display below and be supplied complete with lockable thermal night blinds.
E. The decorative angle top panel is to conceal a housing for a thermal night blind and the blind
shall be completely concealed when in it’s raised position.
F. Internal display components are to include a 120mm deep decorative granite finish well/base
deck, capable of accepting Gn1/1 containers or equivalent, with 1-3no 340mm deep (approx.) x
10mm thick toughened glass adjustable height shelves above, according to the overall height
requirements of the display, having 3no slide levels and being fully adjustable for height and
angle.
G. The main display decks are to hinge upwards in one piece to permit the fan tray and evaporator
coil to be exposed for cleaning. They are to be fan cooled, with an axial fan fitted with a finger
guard for protection.
H. To be designed to maintain the temperature of displayed food at +1O/+5OC in an ambient
temperature of up to +32OC.
I. Compressors: The display units are to be refrigerated via integrally mounted water cooled
compressors that are sized to allow the display of pre-chilled food at a temperature not
exceeding +5OC during a 4-hour service period. The evaporators shall be static transverse type,
treated with an anti-corrosion coating. The display decks shall be separately switched and have
digital temperature indication.
J. Defrost: The condensate from evaporators shall be plumbed to waste within the counter base.
K. Glass Shelf Protection: To be fitted with stainless steel glass edge protectors to the front of all
glass shelves.
10.13 TRAY RESTS
A. Tray rests shall follow the line of the counters as shown on counter detail drawings, and
achieving an overall counter back-to-front dimension of 1050mm generally.
10.14 SUPERSTRUCTURE AND GANTRY DETAILS
A. The superstructure supporting the glass overshelves, display lighting and heat lamps shall be as
indicated on the typical section detail included on drawings and shall comprise of a series of
polished stainless steel posts, sleeved at the counter top and welded to shaped stainless steel
light cowlings. To be all welded and polished, and to include tubular supports which provide
fixings for the superstructure glass and light cowlings. Posts approximately 510mm high. The
overall counter height including all gantries shall be not more than 1385mm.
B. The vertical supports are to be mounted on hollow drawn stainless steel sleeves, approximately
250mm high, welded to the framework of the counters. The base of the support is to align with
the counter surface. Any gap between the top is to be finished with a colour matched epoxy
grout and be sleeved with a stainless steel cowl. The ends of the support tubes are to be fully
welded.
C. The superstructure posts are to be located such that they are capable of supporting the weight
of the combined over shelves/sneeze screens. The overall superstructure depth shall be
approximately 410mm. Supported from the superstructure posts are to be 100mm wide circular
light cowlings, also forming the bracing support for the glass shelves.
D. There are to be fixings from the light cowlings/superstructure posts for the glass shelves/sneeze
screens, which will be held in position via 25mm diameter slotted posts.

© 01 International W.L.L Food Service Equipment


11400-31
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10.15 GLASS
A. All glass used in the construction of the counters is to be toughened, polished and arised on all
edges. Glass to be in the following thickness and depth:
1. Over shelves: 10mm thick, flat.
2. Air Curtain Display Shelves: 10mm thick, flat.
3. Decorative Display Shelves: 10mm thick.
4. Air Curtain Front Glass: 6-8mm thick, curved
B. All sections of glass are to be in lengths according to the counter designs, with standard lengths
used wherever possible. All sections of glass over the heated displays shall be fitted with
horizontal U-shape stainless steel channel protectors.
C. The glass shall be fastened by easy release fixings, allowing for easy removal in the event of
breakages, and positioned to give easy accessibility to cleaning.
10.16 COUNTER FASCIA PANELS
A. Where appropriate the counters are to be clad using a decorative stainless steel. All panels are
to be concealed fixed to the counter carcass.
1. Decorative Panels: To comprise of panels formed from a 16-19mm MDF moisture
resistant substrate that is clad using a decorative stainless steel. Forward of the in-
counter compressors the panels are to have punched-out decorative routed holes that
provide additional ventilation for the counter mounted unit.
2. Panel Junctures: Stainless steel to have a folded return at panel junctures. To have a
5mm flat bar that is set notionally forward of the main panels at all panel junctures.
3. Cladding Setting Out: The panels are to be set back from the front of the tray rest by
approximately 200mm. The panels are to be mounted approximately 180mm above
the floor and 5mm below the counter top.
10.17 DECORATIVE SKIRTINGS
A. Front and side edges of all counters are to be fitted with 150mm high kick plates, set back from
the front fascia panels and fixed permanently in position where possible.
10.18 CUPBOARD CONSTRUCTION
A. All under-counter cupboards are to be constructed such that any liquid spillage occurring
within is directed to discharge on the operator side of the counter. The cupboards are to be
"tanked" such that any spillage cannot seep into the void under the counter. Where internal
intermediate shelves are specified they shall be removable. Cupboards doors are to be double
skinned and, where heated, insulated. Sliding doors are to be top hung, mounted on a ball
bearing track with guide pins at the lower edge and to be easily removable without tools.
10.19 ELECTRICAL ELEMENTS
A. Each main heated or refrigerated counter section shall have its own internal distribution circuit
with isolation switch and individual MCB protection to all main circuits.
B. The counter specialist will be responsible for all internal wiring within the counters, terminated
within electrical consumer units (Distribution Boards) positioned generally as detailed on
drawings. The consumer units are to be sized by the Specialist Catering Equipment Contractor
to suit the electrical components of the counter and all items mounted under or over.
Allowances made by the Designer with respect to kW loadings and phasing of counters shall
be adhered to wherever possible.
C. The master control panels are to be complete with a lockable isolator switch capable of
isolating all electrical supplies to the respective counter. All internal circuits are to be protected
by integral miniature circuit breakers. The control panel(s) are to incorporate "power-on"
indicator lamps for all electrical components. The consumer units and controls are to be
protected behind shopfitted decorative finish doors.

© 01 International W.L.L Food Service Equipment


11400-32
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. All controls shall be suitably labelled and mounted on a stainless steel slide out facia panel,
concealed by a matching stainless steel or perspex side hinged door. All distribution boards
shall be provided with a 13amp socket outlet mounted in the panel over, in addition to the
sockets specified elsewhere within the counter detailing.
E. The Specialist Catering Equipment Contractor will be responsible for ensuring that qualified
electricians employed by him will make final electrical connections and carry out testing
commissioning.
10.20 REFRIGERATION PLANT
A. The Catering Equipment Contractor shall be responsible for the correct sizing of the
refrigeration plant to suit the refrigerated counters and displays. Calculations shall allow for
the display to be well stocked, with a rapid turnover of product.
B. Compressors
1. The Specialist Catering Equipment Contractor shall supply a suitable number of
integrally mounted air cooled compressors to suit the refrigerated display sections
specified and the duties called for.
2. The compressors shall be sized by the Catering Equipment Contractor to achieve a
display temperature on each display deck of +5OC within the item specified assuming
an ambient temperature not exceeding +50OC. They are to be fully automatic water-
cooled condensing type with automatic time clock controlled defrosts, operating using
R404 or R134a gas.
3. The compressors shall be mounted on suitable anti-vibration frames (comprising steel
springs with noise stop neoprene or rubber pads.
4. Refrigerant plant sound levels shall not exceed 45 dba at three meter. Full details of
noise levels and proposed method of attenuation shall be returned with the tender.
5. During commissioning an initial charge of refrigerant and suitable lubricating oil for
each system shall be provided.
C. Evaporators: Evaporators are to be internal to the service counters and be the forces air type
rather than static plate. Condensate lines shall be connected direct to wastes located under the
carcass of the counters.
10.21 HEATER LAMPS
A. Where specified, quartz heater lamps are to be 300W, 500W or 1000W units, as appropriate for
the counter type and located at approximately 300-400mm centers. The lamps are to be
supplied with stainless steel mesh protectors and are to be located within tubular shaped 18g
304-brushed stainless steel cowlings, fitted with cooling slots.
B. The quartz lamps are to be fan cooled, individually controlled by remote on/off switches and
infinitely variable electronic dimmers to each gantry section. They are to be wired back to the
electrical consumer unit, isolated and labeled on separate switches at that point.
10.22 FLUORESCENT LAMPS
A. Fluorescent light fittings are to be provided within tubular 100mm diameter 18g 304-grade
brushed stainless steel housings, in lengths to suit the specific counter details. The lights are to
be low energy type with remote starter ballasts for low heat output and are to be concealed
behind protective lens covers. Each group of lights are to be controlled by an identifiable
switch within the counter control panel, the electrical supply being routed back to the electrical
consumer unit.
10.23 REAR KICK PLATES
A. The rear sections of counters are to be fitted with 150mm high demountable kick plates, in
suitable lengths according to counter components. They are to be concealed fixed to the
counter framework and legs via magnetic catches and are to locate onto fittings welded to the
framework of the counter at approximate centres along their length.

© 01 International W.L.L Food Service Equipment


11400-33
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10.24 SEALANTS
A. Where fixed equipment abuts a wall, floor, or adjacent fixed piece of equipment, the Sub
Contractor shall apply an approved polysulphide based sealant.
B. This sealant shall have good adhesive and elastic properties, be non-toxic and resistant to
detergents, dilute alkalis and mineral acids, and shall be generally waterproof. Masking tape
shall be used to achieve neat joint edges, and the joints shall be smoothed with a spatula with
all surplus sealant removed.
C. The sealant shall not have an adverse reaction to materials used, either in the construction of
the building or equipment. The colour of the sealant shall be determined for each aspect of the
installation, but generally a clear or silver/grey will be preferred.
10.25 CONTROL SAMPLES
A. Control samples are to be provided as scheduled previously.

END OF GENERAL SPECIFICATIONS SECTION

© 01 International W.L.L Food Service Equipment


11400-34
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

ITEMIZED BASEMENT SPECIFICATIONS

PART 1 - INTRODUCTION
1.01 SUMMARY
A. The following sheets detail each piece of catering equipment that is necessary to complete the
installation as shown on the design intent drawings, together with the specific requirements for
construction, materials, optional extras, etc.
B. The items are to be supplied and installed within the Contract Period to the standards.
C. Pricing: The Tenderer shall furnish a separate fixed price for:
1. Each piece of equipment listed.
2. The off-loading, transportation on site, positioning and erection of equipment.
3. The final services connections to equipment from within 2000mm (not including earth
bonding).
4. The commissioning of equipment (including cleaning and certification).
5. The demonstration of equipment to staff, during separate visit(s).
6. The supply of drawings, including record sets, and Operating and Maintenance
Instruction Manuals.
7. The manufacture of a counter mock-up, complete with heated gantry, for discussion
and approval during the manufacturing period.
D. The Tenderer shall return with the priced tender his proposed manufacturers and the model
selected for supply, for all items scheduled on the foregoing pages. The Tenderer shall confirm
the manufacturer proposed for items of stainless steel manufacture and counter specialist
proposed for counter elements.
1.02 MATERIALS
A. All equipment must be CE approved and European NF standards or approved by equivalent or
higher standards.
B. The specification of branded materials and of proprietary articles and systems supplied or
supplied and fixed complete by particular firms is intended as a guide to the type of article or
quality of materials. If authorization is obtained, the Contractor may order from other sources
supplying articles or materials of equal quality. Full details of alternatives and/or samples shall
be submitted when so requested and the Design Team’s decision as to the acceptability or
otherwise of alternatives shall be final. The Contractor will be deemed to have priced the items
specified and not his proposed alternative(s). The Client/Client’s Representative shall reserve
the right of approval.
1.03 INFORMATION TO BE SUBMITTED WITH TENDER
A. A full description of the equipment including materials, method of assembly and finishes. Any
proposed departure from the requirements of the tender documents must be clearly indicated.
B. A complete quantified breakdown of the work.
C. A full description of any builders work, special provisions or special attendance to be provided
by others, other than that already identified.
D. Full details of any accreditation held under ISO 9001.
E. Proposals relating to the extent and form of After-Sales service offered by the Trade-
Contractor comprising:
1. Details of maintenance and spares, tools or equipment that should be held by the
Client.
2. Details of who should carry out any repairs or inspections required in order to
maintain the guarantee, and the maximum time of response of those authorized to
carry out repairs.

© 01 International W.L.L Food Service Equipment


11400-35
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Details of any spare parts which will be held by the Tenderer or approved agents.
F. Tenderers shall submit a list of their proposed specialist Sub-Contractors/Service agent. This
list shall identify the specialist fabrication manufacturer, amongst others. The Client/Client’s
Representative shall reserve the right of approval.

PART 2 -MAIN KITCHEN- BASEMENT


2.01 AREA 1.0 - RECEIVING & SORTING AREA
1. ITEM 1.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
a. To be wall mounted, supplied complete with wall support
frame and with the bowl mounted at 865mm above
finished floor level.
b. Weight and fixing details are to be co-ordinated by the
Catering Equipment Contractor to ensure that any
strengthening requirements are incorporated within the
wall construction.
Model: Tournus: (806.385 or Equal and approved

© 01 International W.L.L Food Service Equipment


11400-36
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. ITEM 1.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 1.03: 5-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 6000 (5x1200) wide x 600mm deep x 2000mm high.
Description: 5-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 6no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 25 X 1200X600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removed without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.

© 01 International W.L.L Food Service Equipment


11400-37
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet


with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
4. ITEM 1.04: Heavy Duty Polyethylene Dunnage Rack
Quantity: 3no
Approximate Size: 1525mm wide x 550mm deep x 305high.
Description: High Density Polyethylene (HDPE) heavy duty pallets, having 4
ways entry - 2 open and 2 boxed.
Manufacturing Detail: Pallets are to be capable of storing a static 7500 Kg load, a dynamic
1500 Kg load and a 1200 Kg stacked load. They are to have an all-
round smooth surface and be supplied in a blue color.
Model: Mailbox: A4AF (Blue), Metro: HP2260PD or equal and approved
5. ITEM 1.05: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 2no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.

© 01 International W.L.L Food Service Equipment


11400-38
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other: To be wall or ceiling mounted with the underside at approximately


2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
6. ITEM 1.06: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 metre hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 metre reach and built-in recoil
system. Hose to be blue colour reinforced rubber, with a food
quality liner. Reel to be mounted on a stainless steel wall mounted
pivoting bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labour.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
7. ITEM 1.08: Stainless Steel Solid Platform Trolley With Rubber bumper, Capacity:
500Kg
Quantity: 1no
Approximate Size: Platform: 1250mm wide x 1000mm deep x 78mm high.
Ramp: 1250mm wide x 300mm deep.
Weighing Indicator: 382mm wide x 152mm deep x 262mm high.
Ticket/Receipt Printer: 165mm wide x 320mm deep x 173mm high.
Description: 1500 kg capacity free standing low profile platform scale with
wheel on/off ramp to the front, wall mounted weighing indicator
and ticket/receipt printer on wall mountable stand.
Features: To be supplied complete with:
a. Platform: Free-standing with hinged ramp to the front and
integral diagonally arranged fixing plates (to be screwed to
the floor), complete with integrated adjustable horizontal
stops. To have a stabilization time of 2-3 seconds and a
1500 kg capacity with 100 gram weighing intervals.

© 01 International W.L.L Food Service Equipment


11400-39
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Weighing Indicator/Terminal: Mains powered weighing


indicator which reads in kg. The indicator is to be wall
mounted at approximately 1000mm above the platform and
be connected to the platform via leads. The indicator is to
be in an all stainless steel housing and achieve a protection
rating of IP68. Display: There is to be a back lit LCD
display, with the facility to adjust the angle of the display
by swiveling the housing. The display is to be made up of
display fields for weight values, status and scale
specific/verification-related data. Keypad: The indicator is
to incorporate 27 key inscribed foil keypad and have 7
freely assignable and configurable function keys to permit
direct accessing of definable weighing functions.
Interfaces: The terminal is to be fitted with a serial
interface with infra red adaptor, thereby permitting
interface with a laptop to permit data exchange. To also be
connected to a thermal printer, which will be mounted
adjacent.
c. Ticket/Receipt Printer: Printer to be supplied complete
with a wall mountable stand. It is to be wall mounted in the
adjacent Goods Receipt Office and be lead connected to
the weighing indicator. The printer is to be thermal direct
transfer type, with a resolution of 8 dots/min and a printing
width of 54mm.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated.
a. Platform Finish: To be in stainless steel (1.4301) with a
chequered surface. Strain gauge bending beam cells to be
manufactured in stainless steel (in a combination of
1.4568/1.4305 and 1.4542). The elastic load induction is to
provide good impact and vibration damping and be self-
centering. Connection leads are to be connected using joint
metalized plastic terminal boxes. The platform is to be lead
connected to the weighing indicator. Load cells are to be
protected to IP 67, with Terminal box protected to IP 68.
b. Weighing Indicator Housing: To be in stainless steel
(1.4301). To be protected to IP 68.
c. Thermal Printer Housing: To be in stainless steel (1.4301).
To be protected to IP 20.
Electrical Services: The weighing indicator and thermal printer are to both operate from
a 13amp 240volt electrical supply.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions. The thermal printer is to be wall mounted in the Goods
Receipt Office and be lead connected to the weighing indicator. The
leads are to be neatly routed in stainless steel trunking to high level
for transfer above the ceiling and down to the printer location within
the office.
Serviceable Period: 2-year parts and labor.
Model: Bizerba: 2000 VE-L Platform +Ramp +Wall Mounted ST
indicator+ GLP58 Printer, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-40
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. ITEM 1.09: HD Polyethylene Waste Container On Casters & Cover Capacity: 240 Liters
Quantity: 4no
Approximate Size: 584-600mm wide x 665-676mm deep x 972-1065mm high.
Description: All plastic 189 litre capacity wheeled refuse bins with attached
hinged lids that are held out of the way when open.
Manufacturing Detail: All plastic professional grade construction which will not rust, chip
or peel and which will resist dents. Manufacturing details are to
comply with all currently applicable hygiene and safety standards.
Other Details: To be placed in position by the Catering Equipment Contractor.
Model: Carlisle: 345050, or Rubbermaid: model 3559, OTTO or equal and
approved
9. ITEM 1.10: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.02 AREA 2.0 - DRY FOOD STORE
1. ITEM 2.01: 7-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 5x (1200mm wide x 600mmdeep) x 2000mm high+2x (1000
mmx600) X2000
Description: 7-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 8no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 25 x 1200x600+ 10x1000x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.

© 01 International W.L.L Food Service Equipment


11400-41
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Rigidity: Added rigidity is to be achieved either through


fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
2. ITEM 2.02 - 4-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 4no
Approximate Size: 4x (1200mm wide x 600mmdeep) x 2000mm high
Description: 4-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 16no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 80 x 1200x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:

© 01 International W.L.L Food Service Equipment


11400-42
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Uprights: Manufactured from 25 x 25mm square section


high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
3. ITEM 2.03 - 3-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1200mm wide x 600mmdeep) x 2000mm
high+1x1000x600x2000mm
Description: 3-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10 x 1200x600 + 5x1000x600 mm
Complete with suitable number of shelf supporting
bars/struts

© 01 International W.L.L Food Service Equipment


11400-43
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Bracing Bars: Shelves are to be supported without the need


for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
4. ITEM 2.04 - 7-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 5x (1200mm wide x 600mmdeep) x 2000mm
high+2x1000x600x2000mm
Description: 7-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.

© 01 International W.L.L Food Service Equipment


11400-44
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Uprights: 8no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity:25 x 1200x600 + 10x1000x600 mm
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved

© 01 International W.L.L Food Service Equipment


11400-45
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.03 AREA 3.0 - VEGETABLE & FRUIT WASHING AREA


1. ITEM 3.01 - Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 3.02 - Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre.

© 01 International W.L.L Food Service Equipment


11400-46
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Thanks to a hanging device on the lid's underside, the lid can be


hung up either at the outside container rim or vertically at one of the
container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 3.03 - Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 3no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
4. ITEM 3.04 - Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 meter hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a stainless steel wall mounted pivoting
bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.

© 01 International W.L.L Food Service Equipment


11400-47
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Locating Hook: With a locating hook for the spray head/controller


mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labor.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
5. ITEM 3.05 - Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
6. ITEM 3.06 - Stainless Steel Sink Unit with Two Large Basins, up stand Height 100 mm &
Stainless Steel under Shelf
Quantity: 1no
Approximate Size: 1800mm wide x 700mm deep x 900/1000mm high (including rear
up stand).
Description: Stainless steel double bowl sink unit fitted with anti-drip fillet.
Features: To be supplied complete with and incorporate:
a. Top: 304-grade stainless steel top, with special 350mm
high rear up-stand to all sides abutting the adjacent walls.
With a 55mm bull nose turndown to front.
b. Sink Bowls: 2no size 760 x 510 x 380mm deep bowls inset
into top. With a drip fillet all around sink bowls and 10mm
high raised tap ledge to the rear. Bowls to each be capable
of supporting 2no Gn1/1 Gastronorm pans.
c. Sink Waste Fittings: Bowls to each be fitted with an
integral lever action gate valve waste outlet complete with
strainer and overflow outlet fitted within the sink bowl.
d. Sink Drainer Grilles: The sink is to be supplied with 2no
Gn1/1 dimension perforated grilles that locate over the top
of either sink to provide a work surface/draining surface
when required.
e. Color Coded Cutting Boards: The top of the bowls are to
be recessed to accommodate, and be supplied complete
with, 2no 680 x 250 x 30mm thick green (color coded for
fruit and vegetable use) polycarbonate cutting boards. The
boards are to be notionally higher than the top of the sink
drip fillet.
f. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and sides of the sink
section.
g. Under: The item is to be open under.
h. Sealant: Up-stand to be silicone sealed to adjacent wall.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304- grade
14-gauge (2mm) stainless steel top, To incorporate:
a. Top: The top is to be reinforced and soundproofed with a
16-19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel that is securely fixed under.
All profile details are to match those of adjacent specially
fabricated tables and sinks.

© 01 International W.L.L Food Service Equipment


11400-48
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

The top is to be fully welded, without butt joints and be braced in


appropriate positions under to prevent the top from buckling or
distorting. With 55mm bullnose section turndown to the front and a
350mm high fully boxed up stand with angled top profile to all
sides abutting adjacent walls. The sink bowls shall be surrounded by
a 45O drip fillet, turned up to the up stand.
b. Up stand: 350mm high boxed and returned up stand to all
sides abutting adjacent walls, having an angled top profile
forming a 50mm apex. The taps and spray rinse arm are to
be mounted on the rear up stand return, which is to be
suitably reinforced to accept the tap installation.
c. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
d. Valance: Mounted directly under the top to the front and
sides of the sink section is to be a 300mm deep stainless
steel valance panel that is concealed fixed to the underside
of the sink top.
e. Under Sink: This section is to be open under, with tie bars
to the sides and rear only. Tie bars to the front are to be at
high level concealed by the valance panel.
h. Sealant: The up-stand is to be sealed to the wall using a
stainless steel colour sealant.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Other: Width to be adjusted as necessary to suit site dimensions. To be
fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Tournus: 806 865, Electrolux, Mareno or equal and approved
7. ITEM 3.07 - Single Deck Mount Base Mixing Faucet, Flexible Supply Hose with Spray
Valve and Wall bracket
Quantity: 1no
Approximate Size: Hose to rise 1016mm above tabling top.
Description: Pre-rinse spray arm suitable for a cold and hot water supply.
Mounted to the rear of the left hand sink bowl of Item 3.06
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper. (Model B-
107C)
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Hose, complete with adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/tap to be connected to cold water
supply.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +54OC.
Serviceable Period: 2-year parts and labor.
Model: T&S: T&S, B-0113-B, FISHER KLARCO or Equal and approved

© 01 International W.L.L Food Service Equipment


11400-49
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. ITEM 3.08 - Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
9. ITEM 3.09 - Stainless Steel Flat Top Working Table on Casters with Under Shelf, Top
Thickness 15/10-1600X700X900 mm
Quantity: 1no
Approximate Size: 1600mm wide x 700mm deep x 900 high.
Description: 18/10 304-grade stainless steel construction mobile table.
Features: To be supplied complete with and incorporate:
a. Top: Stainless steel top with 55mm bullnose turndown to
front, flat turndown to sides
b. Under: Under is to be a base shelf and a Gn1/1 drawer. The
drawer is to be located to the facing left side.
c. Drawer: 1no Gastronorm Gn1/1 lockable drawer under
facing right side. The drawer is to be mounted on extra
heavy duty runners.
d. Castors: Mounted on castors complete with revolving mark
proof protection buffers. Front castors fitted with brakes.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade
14-gauge (2mm) stainless steel top. To incorporate:
a. Top: Stainless steel top with a 55mm bullnose to the front
and square section turndown both sides. With a
130mmhigh fully boxed and returned up stand to the rear.
The top is to be reinforced and soundproofed with a 16-
19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel that is securely fixed under.
All profile details are to match those of adjacent specially
fabricated tables and sinks.
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars.
c. Under shelf: To be fitted with a base shelf with the top
turned down to all sides.
d. Drawer: 1no Gn1/1 drawer under, approximately 150mm
deep and complete with a removable Gastronorm Gn1/1
insert, with the top flanged out on all sides to rest on the
drawer housing. The drawer is to slide on heavy-duty
telescopic channels with rollers, designed so that the
drawer will not tilt when fully open. The front of the
drawer shall be stainless steel, with an integral folded
pattern drawer pull and lock. The drawer is to be fitted
with stainless steel cladding panels to both sides.
e. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers

© 01 International W.L.L Food Service Equipment


11400-50
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 designed for use on a hard floor and to have a


hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 non-marking and leave no discolouration behind
as they travel.
 washable
 manufactured with high quality stainless steel
stems, plastics and rustproof components.
 suitable for use in a low temperature environment.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Tournus: 464 975-TS15N, Electrolux, Mareno or equal and
approved
10. ITEM 3.10 - Vegetable Tilting Washing Machine Capacity: Drum Capacity: 300 Liters
Quantity: 1no
Approximate Size: 1140mm wide x 1090/1570mm deep x 795/1075mm high.
Description: Stainless steel floor mounted 9/35 kg capacity salad and vegetable
washing machine that washes using an adjustable whirl or vortex
with constant clear water.
Features: The machine is to be supplied complete with the following:
a. Washing Cycle: 2-3 minute cycle, which can be regulated
according to time and intensity.
b. Washing System: To have a rotative washing system that
pushes dirt and soil towards the sides and bottom of the
drum and gradually moves dirt to the drain area. Fresh
water is to be introduced from the top of the drum. The
washing design is to permit washing without the need for
filters.
c. Tilting Mechanism for Tank Emptying: To be complete
with a tilting drum mechanism to permit discharging of
product into a transfer trolley.
d. Washing Capacity: To have a 300L drum capacity, with a
light vegetable load capacity of 9kg and 35kg for heavy
vegetables.
e. Timer/starter switch: Timer to incorporate a contactor
starter with overload protection operated by a time control
switch. The machine is to automatically switch off at the
end of the selected washing time.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. Construction: Machine to be
constructed in stainless steel and cast alloy. To have a safety
interlocked discharge door and lid. The lid is to be positively
latched. To have a stainless steel water entry nozzle with a built-in
air-break. The washing drum is to be in stainless steel with
perforated walls and base. The washing motor pump is to be
mounted on the rear side. The washing drum is to be capable of
being unloaded via a drum tilting mechanism using a hydraulic
piston controlled by an independent gear.

© 01 International W.L.L Food Service Equipment


11400-51
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Water Services: To be connected to a 15mm potable cold water supply using a


flexible water inlet hose connection.
Waste Services: The waste pipe must be laid to a minimum fall of at least 1:15.
Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Controls: to have 24volt low voltage controls
incorporating a washing time programmer, mode selector, manual
stop, operation light and power light. The tilting mechanism is to be
operated via a push button to permit a 15 second unloading time.
The washing machine is to operate from 1.4kW, 415volt three-
phase electrical supply. To be installed via a 2 metre length of cable
and MK Commando socket.
Serviceable Period: 2-year parts and labor.
Model: Nilma: ATIR-II Tilting, or equal and approved
11. ITEM 3.11 - Salad & Vegetable Drying Machine
Quantity: 1no
Approximate Size: 530mm wide x 530/867mm deep x 920/970mm high.
Description: Stainless steel stand mounted 5 kg capacity floor standing drying
machine.
Features: The machine is to be supplied complete with the following:
a. Housing: To be complete with a stainless steel outer
casing.
b. Cover: To have a polished aluminum alloy cover that is
hinged to the machine’s rear and that is fitted with a safety
limit switch.
c. Base: To be manufactured in aluminum alloy with holes
for floor fixing for stability.
d. Drum: To have a removable spring-balanced stainless steel
drum.
e. Capacity: To have a 5 kg raw vegetable capacity.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Construction: Machine to be constructed in stainless steel and cast alloy. To have
a safety interlocked lid. The lid is to be positively latched.
Waste Services: The waste pipe must be laid to a minimum fall of at least 1:15.
Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Control panel to be protected to a minimum
of IP44 and to incorporate a main switch and indication/warning
lights. The machine is to operate from 1.2kW, 415volt three-phase
electrical supply, with remote control motor protector. To be
installed via a 2 meter length of cable and MK Commando socket.
Serviceable Period: 2-year parts and labor.
Model: Nilma: Idrover-50, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-52
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

12. ITEM 3.12: Stainless Steel Trolley for Vegetable Transportation W/ 4-Casters and
Removable Basket
Quantity: 2no
Approximate Size: 580mm wide x 480mm deep x 600mm high.
Description: Stainless steel mobile trolleys for the transportation of vegetables.
Features: Trolleys to each incorporate:
a. Framing: Stainless steel square section framing.
b. Basket: Removable basket in white plasticized steel.
c. Castors: Mounted on 125mm diameter stainless steel
castors complete with revolving mark proof protection
buffers. Two (2) castors fitted with brakes.
Manufacturing Detail: Manufactured all in stainless steel (18/10-grade minimum).
Serviceable Period: 2-year parts and labor.
Model: Nilma: 2no ATIR -II TILTING Transportation Trolleys, or equal
and approved
13. ITEM 3.13 - Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 2no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
a. Stainless steel 18/10, having an all welded construction
frame to achieve a total load capacity of 160 kg.
b Heavy-duty chassis, with a welded 25mm diameter tubular
frame and integral handles.
c. 125mm diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Turnus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or equal
and approved
2.04 AREA 4.0: COLD STORAGE AREA
1. ITEM 4.01: Fish Walk-In Cold Room, Internal Dimensions: 3500X4000X2200 Internal
Temperature:-2°C+4°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.01.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405

© 01 International W.L.L Food Service Equipment


11400-53
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

ITEM 4.01.2: 6-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1400mm wide x 600mmdeep) x 2000mm
high+1x1200x600x2000mm + 3x1500x600x2000 mm
Description: 6-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 7no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity:10 x 1400x600 + 5x1200x600 mm+15x1500x600
mm
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.

© 01 International W.L.L Food Service Equipment


11400-54
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf


lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
2. ITEM 4.02: Fish Walk-In Freezer Room, Internal Dimensions: 3500X6000X2200
Internal Temperature:-18°C-20°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.02.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.02.2: 6-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 3x (1500mm wide x 600mmdeep) x 2000mm
high+2x1200x600x2000mm + 1x900x600x2000 mm
Description: 6-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 7no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity:15 x 1500x600 + 10x1200x600 mm+5x900x600
mm
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.

© 01 International W.L.L Food Service Equipment


11400-55
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Rigidity: Added rigidity is to be achieved either through


fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
ITEM 4.02.3: 5-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1000mm wide x 600mmdeep) x 2000mm
high+1x1500x600x2000mm + 2x1400x600x2000 mm
Description: 5-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 6no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity:10 x 1000x600 + 5x1500x600 mm+10x1400x600
mm
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:

© 01 International W.L.L Food Service Equipment


11400-56
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Uprights: Manufactured from 25 x 25mm square section


high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
3. ITEM 4.03: Meat & Poultry Walk-In Cold Room, Internal Dimensions: 5500X5000X2200
Internal Temperature:-1°C+4°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.03.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.03.2: 8-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 1x (1000mm wide x 600mmdeep) x 2000mm
high+3x1500x600x2000mm + 4x1200x600x2000 mm
Description: 8-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 9no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.

© 01 International W.L.L Food Service Equipment


11400-57
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Shelves: To be louvered type in stainless steel. Total


requirement being as follows:
Quantity:5x 1000x600 + 15x1500x600 mm+20x1200x600
mm
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved

© 01 International W.L.L Food Service Equipment


11400-58
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

ITEM 4.03.3: Aluminum Alloy Meat Hanging Rail Trolley with Hooks
Quantity: 3no
Approximate Size: 1800mm wide x 750mm deep (inc. buffers) x1800mm high.
Description: Mobile heavy-duty hooked meat trolley with two hook rails.
Features: To incorporate:
a. Frame: 30mm square section frame.
b. Base Tray: Stainless steel base drip tray
c. Hook Rails: 2no anodized aluminum rails each with 6no
hooks.
Manufacturing Detail: Fabricated in stainless steel 18/10, having an all welded
construction to achieve a total load capacity of 500 kg. The trolley
is to be mounted on a heavy-duty chassis, with a welded 30mm
square section frame. To be mounted on 200mm diameter all swivel
castors, two with brakes. To incorporate:
a. Chassis and Bumpers: To have a base chassis with welded
cross members. The base frame is to be fitted with 4no
square type Polyurethane bumpers.
b. Base Shelf/Drip Tray: 1no drip tray all in stainless steel
and with a 60mm up stand all found. To be capable of
being removed from the base and having integral handles.
c. Rails: At the upper level the unit is to be fitted with 2no
55/13mm anodized aluminum rails, each fitted with 6no
hooks. Each rail is to be capable of carrying 250 kg.
c. Special Castors: To be 200mm diameter castors, 2no fixed
position and 2no swivel type. To be non-marking heavy-
duty type, secured by double tapered screws to the chassis
frame. They are to have galvanized chrome housings.
Serviceable Period: 2-year parts and labor.
Model: Tournus: 80 202 0, or Hupfer: 01.1326.2 + PU Bumpers, or equal
and approved
4. ITEM 4.04: Meat and Poultry Walk-In Freezer Room, Internal Dimensions:
5000X5500X2200 Internal Temperature:-18°C-20°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.04.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.04.2: 10-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 3x (1500mm wide x 600mmdeep) x 2000mm
high+5x1200x600x2000mm + 1x1400x600x2000 mm +
1x900x600x2000 mm
Description: 10-bay interlinked stainless steel 5-tier shelving unit arranged in a
U-shape configuration and having a stainless steel frame and
stainless steel louvered shelves. Shelving uprights are to be
designed for a 1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 11no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:

© 01 International W.L.L Food Service Equipment


11400-59
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Quantity: 15x 1500x600 + 25x1200x600 mm+5x1400x600


mm +5x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
ITEM 4.04.3: 2-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (900mm wide x 600mmdeep) x 2000mm high

© 01 International W.L.L Food Service Equipment


11400-60
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: 2-bay interlinked stainless steel 5-tier shelving unit arranged in a U-


shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Food Service Equipment


11400-61
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or


Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
5. ITEM 4.05: Vegetable & Fruit Walk-In Cold Room, Internal Dimensions:
5600X6000X2200 Internal Temperature:+1°C+4°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.05.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.05.2: 16-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 4x (1000mm wide x 600mmdeep) x 2000mm high
+8x1400x600x2000+4x1500x600x2000
Description: 16-bay interlinked stainless steel 5-tier shelving unit arranged in a
U-shape configuration and having a stainless steel frame and
stainless steel louvered shelves. Shelving uprights are to be
designed for a 1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 17no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 20x1000x600+40x1400x600+20x1500x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.

© 01 International W.L.L Food Service Equipment


11400-62
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet


with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
6. ITEM 4.06: Vegetable Walk-In Freezer Room, Internal Dimensions: 6250X4000X2200
Internal Temperature:-18°C-20°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.06.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.06.2: 15-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 10x (1200mm wide x 600mmdeep) x 2000mm high
+2x1400x600x2000+2x1000x600x2000+1x900x600
Description: 15-bay interlinked stainless steel 5-tier shelving unit arranged in a
U-shape configuration and having a stainless steel frame and
stainless steel louvered shelves. Shelving uprights are to be
designed for a 1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 16no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity:
50x1200x600+10x1400x600+10x1000x600+5x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.

© 01 International W.L.L Food Service Equipment


11400-63
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To


incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
7. ITEM 4.07: BAKERY Walk-In Cold Room, Internal Dimensions: 5450X3100X2200
Internal Temp:+1+4
Refer to Cold Rooms Specifications No. 11405
ITEM 4.07.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.07.2: 3-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 1x (1200mm wide x 600mmdeep) x 2000mm high+
1x1000x600x2000+1x900x600
Description: 3-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:

© 01 International W.L.L Food Service Equipment


11400-64
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Uprights: 4no 600 x 2000mm high stainless steel uprights


for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 5x1200x600+5x1000x600+5x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved

© 01 International W.L.L Food Service Equipment


11400-65
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

ITEM 4.07.3: 4-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1200mm wide x 600mmdeep) x 2000mm high
+2x1000x600x2000
Description: 4-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 6no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10x1200x600+10x1000x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.

© 01 International W.L.L Food Service Equipment


11400-66
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf


lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
ITEM 4.07.4: Stainless Steel Tray Rack/Tray Size: 18-600X800MM Dimensions:
910X732X1785
Quantity: 6no
Approximate Size: 910mm wide x 732mm deep x 1785mm high.
Description: Stainless steel inter-stacking mobile carts, each accommodating 18
Tray 600x800 mm Framing to be set to permit empty trolleys to
slide into each other for space saving storage.
Features: Each cart to be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 73-75mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discoloration behind as
they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: Manufactured all in stainless steel (18/10-grade minimum). Frame
space to allow loading trays 600x800mm
Serviceable Period: 2-year parts and labor.
Model: Tournus: Trolley (814 306) , or equal and approved
8. ITEM 4.08: Dairy Products Walk-In Cold Room, Internal Dimensions: 2800X2300X2200
Internal Temp. +1+4
Refer to Cold Rooms Specifications No. 11405
ITEM 4.08.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405

© 01 International W.L.L Food Service Equipment


11400-67
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

ITEM 4.08.2: 6-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1400mm wide x 600mmdeep) x 2000mm high
+2x800x600x2000+2x900x600x2000
Description: 6-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 7no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10x1400x600+10x800x600 + 10x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.

© 01 International W.L.L Food Service Equipment


11400-68
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf


lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
9. ITEM 4.09: Egg Walk-In Cold Room, Internal Dimensions: 2800X1800X2200 Internal
Temperature:+1°C+4°C
Refer to Cold Rooms Specifications No. 11405
ITEM 4.09.1: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
ITEM 4.09.2: 4-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 2x (1200mm wide x 600mmdeep) x 2000mm high
+2x1400x600x2000
Description: 4-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 5no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10x1200x600+ 10x1400x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.

© 01 International W.L.L Food Service Equipment


11400-69
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Rigidity: Added rigidity is to be achieved either through


fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
2.05 AREA 5.0: CROCKERY STORE
1. ITEM 5.01: 2-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 1x (1200mm wide x 600mmdeep) x 2000mm high
+1x900x600x2000
Description: 2-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 5x1200x600+5x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:

© 01 International W.L.L Food Service Equipment


11400-70
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Uprights: Manufactured from 25 x 25mm square section


high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
2. ITEM 5.02: 4-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 3no
Approximate Size: 2x (1200mm wide x 600mmdeep) x 2000mm high
+2x900x600x2000
Description: 4-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3X5no 600 x 2000mm high stainless steel
uprights for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 3X(10x1200x600+10x900x600)
Complete with suitable number of shelf supporting
bars/struts

© 01 International W.L.L Food Service Equipment


11400-71
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Bracing Bars: Shelves are to be supported without the need


for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
3. ITEM 5.03: 7-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 5x (1500mm wide x 600mmdeep) x 2000mm high
+2x1000x600x2000
Description: 7-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.

© 01 International W.L.L Food Service Equipment


11400-72
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Uprights: 8no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 25x1500x600+10x1000x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved

© 01 International W.L.L Food Service Equipment


11400-73
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.06 AREA 6.0: BEVERAGE AND ICE STATION


1. ITEM 6.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
a. To be wall mounted, supplied complete with wall support
frame and with the bowl mounted at 865mm above
finished floor level.
b. Weight and fixing details are to be co-ordinated by the
Catering Equipment Contractor to ensure that any
strengthening requirements are incorporated within the
wall construction.
Model: Tournus: (806.385) or Equal and approved
2. ITEM 6.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre.

© 01 International W.L.L Food Service Equipment


11400-74
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Thanks to a hanging device on the lid's underside, the lid


can be hung up either at the outside container rim or
vertically at one of the container handles.
Model: Tournus: (80.440.7), Hupfer or equal and approved
3. ITEM 6.03: Beverage Walk-In Cold Room, Internal Dimensions: 1850X1550X2200
Internal Temp.+2+4
Refer to Cold Rooms Specifications No. 11405
4. ITEM 6.04: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
5. ITEM 6.05: Stainless Steel GN1/1 Trolley-20 Levels on Swivel Casters
Quantity: 2no
Approximate Size: 445-459mm wide x 619-624mm deep x 1641-1785mm high.
Description: Stainless steel mobile carts, accommodating 20 Gastronorm 1/1
containers.
Features: To be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 17-18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 75-80mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: To be approved to NF Food Hygiene Standard. Manufactured all in
stainless steel (18/10-grade minimum). Frame space to allow
loading via 325mm container face.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart is to be supplied complete with:
6no Gn1/1 x 150mm deep polycarbonate containers. 6no Gn1/1 x
100mm deep polycarbonate containers. 6no perforated Gn1/1
polycarbonate draining plates. 18no Gn1/1 polycarbonate lids.
Model: Blanco: RWR 160 (569848) + Containers + Special Castors, or
Hupfer: RWG/18L + Containers + Special Castors, or Tournus:
Gn1/1 Trolley (80.420.9) + Containers+ Special Castors, or Equal
and approved

© 01 International W.L.L Food Service Equipment


11400-75
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6. ITEM6.06: 2-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units


Quantity: 1no
Approximate Size: 2x (900mm wide x 600mmdeep) x 2000mm high
Description: 2-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 10x900x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removing without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit. Corner Assembly:
Supplied complete with 20no hooks/corner brackets for
mounting shelves at right angles to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.

© 01 International W.L.L Food Service Equipment


11400-76
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
7. ITEM 6.07: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg.
Heavy-duty chassis, with a welded 25mm diameter tubular frame
and integral handles.
125mm diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Turnus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or equal
and approved
8. ITEM 6.08: Stainless Steel Beverage Table on Enclosed Base W/Shelf and Deck Mount
Gooseneck Faucet
Quantity: 1no
Approximate Size: 4400mm wide x 760mm deep x 910mm high
Description: Stainless steel counter incorporating single bowl sink to the right
side of the top with localised drip fillet all round sink, plain flat
ambient top to the facing left side complete with shelving bay under
and cabinet with hinged door under the sink unit.
Features: To be supplied complete with and incorporate:
a. Top: 304-grade stainless steel top, with 120mm high fully
boxed rear upstand to all sides abutting the adjacent walls,
complete with an angled top profile. With 55mm bullnose
turndown to front. With 1no bowl inset into top at right
hand end with up stand at the wall and side as per the
drawing.
b. Sink Bowl: 1no 500 x 500 x 300mm deep bowl inset into
top to the facing right end. With a localised 45O drip fillet
all around sink bowl and 10mm high raised tap ledge to the
rear.
c. Sink Waste Fitting: Bowl is to be fitted with an integral
lever action gate valve waste outlet complete with strainer
and overflow outlet fitted within the sink bowl.

© 01 International W.L.L Food Service Equipment


11400-77
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Taps: To have a single rear mounted pillar pattern sink


mixer tap with 200mm dual flow swivel spout and
extended 125mm levers (Pegler 2523-QTEL or equal),
mounted centrally to the rear of the sink bowl and located
on the raised tap ledge of the table. The tap is to have
quarter turn lever handles capable of being operated by
wrist or elbow and being complete with splined spindles to
allow variable lever positioning. The tap is to be fitted with
top hat washers to prevent the taps swivelling on the sink.
e. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and sides of the sink
section.
f. Legs: Mounted on 180mm high adjustable legs with the
base shelf mounted with the underside at 220mm above
floor level.
g. Under: Under counter configuration from left to right
facing:
Ambient Storage Bay: 1500mm wide section is to be fitted
with a base shelf.
Sink Bay: Section under sink is to be cabinet under, with
hinged door
h. Sealant: Up stand to be silicone sealed to adjacent wall.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade
14-gauge (2mm) stainless steel top. To incorporate:
a. Top: The top is to be reinforced and soundproofed with a
16-19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel that is securely fixed under.
With 55mm bullnose section turndown to the front, square
section turndown to the sides and 120mm high fully boxed
rear up stand with angled top to all sides abutting the
adjacent walls. The top is to be fully welded, without butt
joints and be braced in appropriate positions under to
prevent the top from buckling or distorting.
b. Up stand: 120mm high fully boxed and returned up stand
with an angled top profile forming a 50mm apex to all
sides abutting the adjacent walls.
c. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
d. Counter Paneling: All visible sections and any voids are to
be paneled in 304-grade stainless steel.
e. Sealant: The up stand is to be sealed to the wall using a
stainless steel color sealant.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Electrical Connections 3 Switched Socket 13 Amps BS to installed on the splash back
Other: Width to be adjusted as necessary to suit site dimensions. To be
fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Serviceable Period: 2-year parts and labor.
Model: Specialist Fabricator (Tournus)

© 01 International W.L.L Food Service Equipment


11400-78
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9. ITEM 6.09: Professional Centrifugal Juice Extractor- Capacity: 100 Liters Per Hour
Quantity: 1no
Approximate Size: 320mm wide x 480mm deep x 580mm high.
Description: Table top heavy-duty centrifugal citrus juice extractor.
Features: To incorporate the following:
a. Output: 100 Litre/h output. Continuous juice production to
be by centrifugal action and automatic pulp ejection.
b. Basket: Removable centrifugal basket made of micro
perforated stainless steel sheet with 0.5 mm diameter holes.
c. Feeding Hole: 79 mm diameter circular feeding hole.
d. Bowl: Stainless steel bowl and base.
e. Hygiene: All removable parts are to be dishwasher safe.
f. Motor: Motor having a minimum of 3000rpm.
g. Controls: With push button low voltage controls and
thermal protector.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. With polycarbonate casing and stainless steel
bowl. To have both electrical and mechanical interlock safety
switches, including a locking-unlocking system that operates via a
special lever
Electrical Supply: Having 1.3 kW heavy duty motor (minimum), rated at 13amps and
suitable for operation from a 240volt single phase electrical supply.
To be supplied with a two meter cable and 3-pin socket.
Serviceable Period: 2-year parts and labor.
Model: Santos: Centrifugal 28, or equal and approved
10. ITEM 6.10: Lever Automatic Citrus Juicer
Quantity: 1no
Approximate Size: 240mm wide x 400mm deep x 530mm high.
Description: Citrus juice Handy (removable squeezer and bowl), maximum juice
extraction with the new helical squeezer and reliable, this appliance
allows you to make citrus juices either in a glass or in a jug.
High output: just cut your citrus half and press. You will easily
extract 20 to 50 liters per hour (5 to 10 gallons).
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. To have an automatic safety system
that operates automatically via a micro-switch and triple safe
automatic sensor. With push button low voltage controls.
Construction: Alimentary aluminum casting and stainless steel with a rilsaned
bowl. All parts that are in contact with orange juice are to be made
of food standard materials.
Electrical Supply: Having 0.28kW motor (minimum), rated at 13amps and operating
from a 240volt single phase electrical supply. To be supplied with a
two meter cable and 3-pin socket.
Serviceable Period: 2-year parts and labor.
Model: Santos: Evolution 70, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-79
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

11. ITEM 6.11: Professional Blender for Smoothies and Ice Drink Brushless Motor, Jar
Capacity: 2.4 Liters
Quantity: 1no
Approximate Size: 200mmx247mm x 441mm high.
Description: Minimum 2.4 Liter capacity tabletop blending machine.
Features: To be supplied complete with:
2.4 Liter capacity stainless steel jug.
See-through lid.
Manufacturing Detail: To be CE and/or NSF approved. With all metal base and stainless
steel jug. To have automatic speed of 2000rpm
Electrical Supply: Having 0.9HP motor (minimum), operating from a single-phase
electrical supply. Motor to be complete with overload protection
and re-set facility. With push button low voltage controls. To be
supplied with a two meter cable and 240volt single-phase 3-pin
socket.
To have both electrical and mechanical interlock safety switches,
which stop the machine from operating when the jug is removed
from the operating position.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1no Hot Blending Lid.
1no 2.4 Liter capacity clear jug.
Model: Waring: HGB25E + Accessories, Santos: #62 or equal and
approved
12. ITEM 6.12: Stainless Steel Wall Cabinet with Sliding Doors Dimensions: 1400X400X600
Quantity: 2no
Approximate Size: 1400mm wide x 400mm deep x 600mm high
Description: Stainless steel wall mounted cabinet with sliding doors, sloped top
and one adjustable shelf.
Features Wall cupboard units with hinged doors are completely made of 304
AISI with Scotch-Brite finishing.
600 mm body height is surrounded by a s/s structure.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthen the structure.
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and on the lower part on a
hidden runner.
Serviceable Period: 2-year parts and labor.
Model: Tornous: 803 383, Electrolux, Mareno or equal and approved
13. ITEM 6.13: Automatic Orange Juicer on Stainless Steel table With Wheels, Container for
Orange Peels
Quantity: 1no
Approximate Size: 608mm wide x 460mm deep x 1856mm high.
Description: Citrus juice extractor on integral mobile stand. To be suitable for
obtaining juice from citrus fruits, with up to a 100L/hour capacity
(20 oranges/minute).

© 01 International W.L.L Food Service Equipment


11400-80
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To incorporate the following:


Stainless steel mobile cabinet for peel. Double Filter, Anti-dripping
tray and bottle/jug holder. 5 Litre holding tank with tap. Automatic
feeding system with a 9 kg capacity feeder. Bin within cabinet base
for residue. Continuous residue ejection. 60-90mm fruit feeder.
Programmer and digital squeezed fruit meter. Stainless steel filter
and squeezer body. Operating speed of 3000rpm.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. To have an automatic safety system
that operates automatically via a micro-switch and triple safe
automatic sensor. With push button low voltage controls.
Construction: Alimentary aluminum casting and stainless steel with a rilsaned
bowl. All parts that are in contact with orange juice are to be made
of food standard materials.
Electrical Supply: Having 0.6kW motor (minimum), rated at 13amps and operating
from a 240volt single phase electrical supply. To be supplied with a
two metre cable and 3-pin socket.
Serviceable Period: 2-year parts and labour.
Model: Santos: Automatic Orange Juicer No 32 + Mobile Stand, or equal
and approved
14. ITEM 6.14: Modular Air Cooled Ice Maker W/ Stainless Steel Storage Bin Capacity:
425Kg/24 Hours at 32°C Water Supply-DICE CUBE
Quantity: 1no
Approximate Size: Bin: 1220mm wide x 712mm deep x 1270mm high.
Cuber : 760mm wide x 620mm deep x 725mm high.
Description: 425 kg/24hr-Output (@21OC ambient) ice cube machine, producing
dry dice ice with a slow even melt rate that is suitable for fresh
drink. Machine to have stainless steel finish housing and be
mounted on 130mmhigh legs. To be supplied complete with and
installed to a suitably sized with water filter.
Features: Incorporating:
a. Storage Capacity: 340 kg bin storage capacity.
b. Flaked Ice: Designed to produce dry flake ice.
c. Bin: Having one-piece moulded bin, removable filter and
stainless steel housing.
d. Compressor: Integral air-cooled compressor.
e. Mounting: To be mounted on legs.
f. Accessories: Supplied complete with strainer and scoop.
Manufacturing Detail: To be CE approved. Machine to automatically flush and drain water
reservoir at the start of the harvest cycle. Insulation to be CFC-free
polyurethane foam, To have top mounted refrigeration system that
operates using R134a refrigerant gas and which meets ISO climate
Class 5, operating up to +43OC ambient. To be hermetically sealed
for quiet operation. To have electronic controls.
Water Connection: To be installed using flexible hose with quick-disconnect fittings.
Water Filter: To be installed complete with a suitably sized high capacity
sediment pre-filter and one-micron bacteriostatic post filter.
Electrical Supply: To operate from a 1.9kW 240volt 16amp electrical supply and be
supplied complete with MK Commando quick-disconnect socket
and mains lead.

© 01 International W.L.L Food Service Equipment


11400-81
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-years parts and labor.


Optional Items: To be supplied complete with:
A suitably sized twin filter system with high capacity sediment pre-
filter and one-micron bacteriostatic post filter with filter head,
cartridge and cartridge isolating valve.
Stainless steel legs to raise unit off the floor.
Model: Scotsman: P-MV1006 AS + B948+ KBTHV948 + Twin Filter
System, or equal and approved
15. ITEM 6.15: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
16. ITEM 6.16: Modular Air Cooled Flake Ice Machine W/ Stainless Steel Storage Bin
Capacity: 300Kg/24 Hours at 21°C Water Supply
Quantity: 1no
Approximate Size: Bin: 765mm wide x 825mm deep x 1035mm high.
Flaker: 535mm wide x 660mm deep x 705mm high.
Description: 300 kg/24hr-Output (@21OC ambient) ice flaker machine,
producing dry flake ice with a slow even melt rate that is suitable
for the holding and display of fish. Machine to have stainless steel
finish housing and be mounted on 130mmhigh legs. To be supplied
complete with and installed to a suitably sized with water filter.
Features: Incorporating:
a. Storage Capacity: 130 kg bin storage capacity.
b. Flaked Ice: Designed to produce dry flake ice.
c. Bin: Having one-piece moulded bin, removable filter and
stainless steel housing.
d. Compressor: Integral air-cooled compressor.
e. Mounting: To be mounted on legs.
f. Accessories: Supplied complete with strainer and scoop.
Manufacturing Detail: To be CE approved. Machine to automatically flush and drain water
reservoir at the start of the harvest cycle. Insulation to be CFC-free
polyurethane foam, To have top mounted refrigeration system that
operates using R134a refrigerant gas and which meets ISO climate
Class 5, operating up to +43OC ambient. To be hermetically sealed
for quiet operation. To have electronic controls.
Water Connection: To be installed using flexible hose with quick-disconnect fittings.
Water Filter: To be installed complete with a suitably sized high capacity
sediment pre-filter and one-micron bacteriostatic post filter.
Electrical Supply: To operate from a 1.2kW 240volt 16amp electrical supply and be
supplied complete with MK Commando quick-disconnect socket
and mains lead. Fuse to be rated at 10amps.
Serviceable Period: 2-years parts and labor.
Optional Items: To be supplied complete with:
A suitably sized twin filter system with high capacity sediment pre-
filter and one-micron bacteriostatic post filter with filter head,
cartridge and cartridge isolating valve.
Stainless steel legs to raise unit off the floor.
Model: Scotsman: MF46+B393 + KBT103 + Twin Filter System, or equal
and approved

© 01 International W.L.L Food Service Equipment


11400-82
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

17. ITEM 6.17: Sliding Lid Ice Caddy, Capacity: 57Kg on Casters with Brake
Quantity: 1no
Approximate Size: 585mm wide x 800mm deep x 743mm high.
Description: Thick polyurethane foam insulation keeps ice frozen.
Capacity: 57 kg of ice, Indoors or outdoors, in heat or humidity,
these sleek models keep their cool and can hold ice cold for days.
Slides back and under the secured base lid for quick access and it
slides shut for safe and sanitary storage.
Features: Four sturdy thumbscrews secure base lid tightly during transport
and when sliding top back and under. Service opening is 111/2"
(29,2 cm) x 17" (43,2 cm) for quick and easy loading and unloading
of ice. Double-wall, high density, polyethylene construction is
impact resistant and will not dent, crack, bubble, chip or break.
Recessed, leak proof, quarter-turn faucet is located on the front of
every unit for easy access and quick draining. Recessed interior well
with Camwear® polycarbonate drain shelf keeps ice out of any
melted water, ensuring long lasting quality and storage. Molded-in
handle is sturdy and will not break off. Provides controlled handling
and maneuvering. Recessed lift grip on the front for safe, balanced
lifting on or off delivery trucks.
Model: Cambro: ICS125LB, or equal and approved
18. ITEM 6.18: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.07 AREA 7.0: FISH PREPARATION AREA
1. ITEM 7.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.

© 01 International W.L.L Food Service Equipment


11400-83
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 7.02: Stainless Steel Support to Hold Hand Wash Basin Splash Back and Knives
Sterilizer Dimensions: 1200X640X150 MM
Quantity: 1no
Approximate Size: 1200mm wide x 150mm deep x 640 high.
Description: Stainless steel panel support fixed on the wall with stainless steel
clamp and bolts. The stainless steel panel wall will be holding the
knife sterilizing cabinet, paper and soup dispenser
Features Panel made of AISI Stainless steel 304, 18/10 -16 gauges satin
finish
Model: Specialist Stainless Steel Fabricator
3. ITEM 7.03: Modular Stainless Steel Ambient Unit W/Waste Drawer & Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails
Built in grip mouldings _ Basic hygiene: Inside of cupboard
completely smooth without projecting profiles and frames
Width 400 mm = 1 plastic container a 38 Liter capacity Width 600
mm = 2 plastic containers a 38 Liter capacity
Side panels double walled _ Complete made of stainless steel
1.4301
For free standing installation back panel necessary
Height 700 mm (without feet and worktop)
Unit is provided with stainless steel plinth and to be fixed upon the
legs with special clips
Features Manufacture all in Stainless steel 304, 18/10
Serviceable Period: 2-year parts and labor
Model: Tournus, Electrolux (custom) or equal and approved
4. ITEM 7.04: Stainless Steel Knives Sterilizing Cabinet W/ Grid &UV Radiation
Technology
Quantity: 1no
Approximate Size: 510-540mm wide x 140-170mm deep x 565-640mm high.
Description: Stainless steel finish wall mounted knife sterilizing cabinet.
Features: To incorporate the following:
a. Stainless steel rear, side and base panels. Perspex hinged
door.
b. Removable grid knife bar.
c. UV germicide lamp.
d. Timer controls.
Electrical Supply: Suitable for connection to a 240volt single-phase spur outlet.

© 01 International W.L.L Food Service Equipment


11400-84
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other: To be CE and/or NSF approved. The door is to be interlocked with


a micro switch, to cut the power to the UV tube when the door is
opened. To be mounted with the underside of the cabinet at
1350mm above finished floor level.
Serviceable Period: 2-year parts and labor.
Model: P&L Systems: KC10, or Sofinor: MZ031, or Tournus: 806 438, or
equal and approved
5. ITEM 7.05: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthens the structure.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and o n the lower part on a
hidden runner
All edges should be smooth to avoid any safety problem with daily
use.
45° degrees internal side corners junction system and internal
middle-shelf, height-adjustable in
3 positions, with an inner double fold to eliminate gaps between
sides and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
6. ITEM 7.06: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath.
100 mm boxed heavy duty splash back with a 45° degree top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
7. ITEM 7.07: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.

© 01 International W.L.L Food Service Equipment


11400-85
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
8. ITEM 7.08: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved
9. ITEM 7.09: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
10. ITEM 7.10: Wooden Chopping Block on Stand & Covered by Polyethylene
Quantity: 1no
Approximate Size: 700x700x900 mm
Description: Wooden chopping block, locust and hornbeam chopping block with
wood stool

© 01 International W.L.L Food Service Equipment


11400-86
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: The whole block is made out from several pieces fitted together in a
nut and feather system
The inner part is built on a strong frame work
Large working surface with rounded edges for easy work and
cleaning
The whole product is made in beech wood to avoid contamination
with food
Easy to clean with a steel brush
There is also a cover available to protect the bloc after work against
any pollution.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: EUROCCEPI, Model: CSL707030, Bally Block, John Boos or
equal and approved
11. ITEM 7.11: Stainless Steel Fish Processing Table with Splash Back, Work top 50mm
High and 15/10 Thickness
Quantity: 1no
Approximate Size: 1800mm wide x 700mm deep x 910/1260mm high (including rear
up stand).
Description: Stainless steel single or double bowl sink with drip fillet all round.
Features: To incorporate:
a. Top: 304-grade stainless steel top, with special 350mm
high rear upstand and 55mm bull nose turndown to front.
To have one or 2no bowls inset into top with flat drainer to
left hand end and drip fillet all round.
b. Sink Bowls: 1no 1100 x 530 x 400mm deep and 1no 300 x
530 x 400mm deep bowls inset into top. To have a drip
fillet all around sink bowls and drainer with 10mm high
raised tap ledge to the rear. 1100mm wide bowl to be
capable of being divided into two separate sections via a
demountable intermediate panel.
c. Sink Waste Fittings: Each bowl is to be fitted with an
integral lever action gate valve waste outlet complete with
strainer and overflow outlet fitted within the sink bowl.
d. Taps: To be fitted with 2no wall type ¾” (22mm) sink
mixer taps. The taps are to be mounted to the rear of each
sink bowl in suitable positions from the rear up stand and
have 300-470mm dual flow telescopic spouts. The taps are
to be Delabie, model G6681, or equal, supplied complete
with M3/4” S unions to adjust centers to 150mm (856-
027.2P). The left hand bowl is to also be served by a spray
rinse arm, item 17.23.
e. Color Coded Cutting Boards: The top of the bowls are to
be recessed to accommodate, and be supplied complete
with, 2no Gn1/1 30mm thick tan (color coded for fish use)
polycarbonate cutting boards. The boards are to be
notionally higher than the top of the sink drip fillet.
f. Sink Drainer Grille: To be supplied with 2no Gn1/1
perforated grilles that locate over the top of either bowl to
provide a work surface/draining surface when required.

© 01 International W.L.L Food Service Equipment


11400-87
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

g. Trivets: To be supplied complete with 2no 150mm high


sink trivet inserts to raise the working height of the sinks
when necessary.
h. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and both sides of the sink.
i. Under: To be open under, with tie bars to the sides and rear
only. There is to be sufficient space under the drainer
section to accommodate waste receptacle Item 17.28. To
the facing right side of the sink are to be a bank of
Gastronorm Gn1/1 runners.
j. Sealant: Up stand to be silicone sealed to adjacent wall.
Manufacturing Detail: Manufactured all in 18/10 304-grade 16-gauge stainless steel with
18/10 304-grade 14-gauge stainless steel top.
a. Top: Top reinforced and soundproofed under with a 19mm
thick reinforced panel. With 55mm bull nose section
turndown to the front, square section turndown to the sides
and a 350mm high fully boxed rear up stand with angled
top profile. To be sound proofed with 16-19mm thick rot-
proof insulated panel securely fixed under. The top is to be
fully welded, without butt joints and be braced in
appropriate positions under to prevent the top from
buckling or distorting.
b. Up stand: 350mm high boxed and returned rear up stand,
having an angled top profile.
c. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars on 180mm high adjustable legs.
d. Valance: Mounted directly under the top to the front and
sides of the sink section is to be a 400mm deep stainless
steel valance panel that is concealed fixed to the underside
of the sink top.
e. Bank of Runners: Stainless steel 25mm square section
framing with 5 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 75-80mm spacing. Runners to
have integral tray stops to front and back
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Other: To be fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review prior to manufacture.
Model: Electrolux, Model: TLP1810, Tornus, Mareno or equal and
approved
12. ITEM 7.12: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: (80.440.7), Hupfer or equal and approved

© 01 International W.L.L Food Service Equipment


11400-88
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

13. ITEM 7.13: Stainless Steel Table Over Shelf With Rear Stainless Steel Tubular Uprights-
Two Levels- 3300X400X700
Quantity: 1no
Approximate Size: 3300x400x700 mm
Description: Double Over shelf: Full width 400mm deep, double over shelf
mounted at 700mm above the table top, mounted to the rear of the
table, to provide a cantilevered shelf arrangement. Shelf top turned
down to all sides.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel
Over shelf framing to be mounted to the rear of the worktop, cow
led at the juncture between the shelf supports and the worktop.
Shelf top to be bull nosed to match the counter top and being
reinforced and soundproofed with 16-19mm thick rot-proof
insulated panel under.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
14. ITEM 7.14: Modular Stainless Steel Ambient Unit with Drawers & Stainless steel Plinth
Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing.
Units incorporate front and rear longitudinal stainless steel c-
channel basement reinforcement 15/10 thickness.
Sound deadening reinforcements between internal and external side
panels strengthen the structure.
Drawers made in 304 AISI stainless steel
Telescopic runners to ease extraction of GN containers
Stainless steel plinth will be provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved
15. ITEM 7.15: Modular Refrigerated Counter with Built in Unit, Three Doors and Stainless
steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top
435-510 Liter counter refrigerators each designed to maintain food
at +1O/+4OC. Having integral air cooled compressor mounted to the
facing right side and 3no cupboard compartment with hinged doors
adjacent to the compressor section.

© 01 International W.L.L Food Service Equipment


11400-89
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To each be supplied complete with and incorporate:


a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.
d. Compressor: With air cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket
Fan cover to be removable for cleaning, Evaporator coils to be
coated to protect against corrosive foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
16. ITEM 7.16: Chopping and Cutting Board 1 3/4" Thickness, 915X610
Quantity: 1no
Approximate Size: 915x610x45 mm
Description: Wooden chopping board, manufacture from hard maple. Kiln dried
to 6% to 8% moisture content
Features: Wooden chopping board manufacture from wood strips not more
than 48 mm wide.

© 01 International W.L.L Food Service Equipment


11400-90
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: EUROCCEPI, Bally Block, John Boos or equal and approved
17. ITEM 7.17: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 2100X700mm
Quantity: 1no
Approximate Size: 2100x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA21A, Tournus, Mareno or equal and
approved
18. ITEM 7.18: Table Top Vacuum Packing Machine
Quantity: 1no
Approximate Size: 550mm wide x 600mm deep x 476mm high.
Description: Stainless steel finish single chamber vacuum packaging machine
within a cabinet base with left and right seal bars. To be capable of
sealing pouches up to 466x 456 x 218mm deep, in a vacuum
Features: To be supplied complete with and incorporate:
a. Vacuum Pump: An integrated 40m3/h vacuum pump.
b. Design: Smooth flat surfaces with round corners without
any niches or edges, to facilitate easy cleaning.
c. Housing: Machine mounted in a cabinet base with stainless
steel housing, chamber lid and mechanics.
d. Automatic Progressive Ventilation: After the sealing
operation the air is to flow in very slowly at first and then
gather speed. At the start of the sealing process the film is
to rest gently on the surface of the product due to low
pressure and to allow tension adjustments to occur. This is
to permit soft products to retain their shape and to
minimise the danger of hard products puncturing the pack.

© 01 International W.L.L Food Service Equipment


11400-91
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Sealing Unit: The machine is to be equipped with a double-


seam sealing facility whereby the pouch is sealed with two
seams; the outer seam is to also sever the excess pouch
material and give the pouch a hygienic and attractive seal.
f. Filler Plates: To be in plastic and be set to support the
pouch (es).
g. Chamber size: 466x 456 x 218mm deep.
h. Seal Length: 440mm to left and right sides. The chamber is
to be equipped with two parallel 440mm seal bars on the
left and right and which can be used simultaneously.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC, using food grade
materials.
To be designed so that the machine is capable of being maintained
with minimum tools. To incorporate a vacuum quick stop
Construction: Machine to be constructed in stainless steel. The lid is to have a
window made from safety (mineral) glass to permit viewing of the
packaging operation. It is to be abrasion-resistant and resistant to
clouding from cleaning agents.
Controls: To have an integrated electronic control system. All settings are to
be capable of being entered by pressing push buttons on a film
keypad with an easy clean surface.
To have an easy to read fluorescent display panel that provides
exact information on every stage in the sealing process. The settings
for 6 product groups are to be capable of being stored in memory
for subsequent retrieval as required and for use by untrained
personnel. When standard products are being packaged the control
system is to recognise by itself when the maximum possible
vacuum level has been achieved and then seal the pouch
automatically. The controls are to have a waterproof protective
cover.
Electrical Services: Machine to operate from a 240volt single-phase electrical supply.
To be installed via a 2-metre length of cable and MK Commando
Quick-disconnect socket connector. All electrical connections are to
be waterproof to IP56.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: CSV20B Berkel: Single Chamber, or Multivac
UK Ltd, or equal and approved
19. ITEM 7.19: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg.
Heavy-duty chassis, with a welded 25mm diameter tubular frame
and integral handles.
125mm diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.

© 01 International W.L.L Food Service Equipment


11400-92
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Shelves: 4no, each approximately 1000 x 600mm and having a


dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or
equal and approved
20. ITEM 7.20: Self Contained Fish File Refrigerator with Two Section Capacity: 8 Drawers
Quantity: 1no
Approximate Size: 1324mm wide x 660mm deep x 2115mm high.
Description: The fish refrigerator model is especially designed for the storage of
fresh fish, in a moist, refrigerated environment on a bed of crushed
ice, Capacity: 1122 Liters
Features: Cabinet exterior, including front, one piece sides, louver assembly
and drawer faces are constructed of heavy gauge stainless steel.
Cabinet interior is constructed of stainless steel. Exterior cabinet
top, back and bottom are constructed of heavy gauge aluminized
steel. Adjustable 6" high stainless steel legs are included.
Drawers are self closing on stainless steel slides. Guaranteed for
life, work flow drawer handle is mounted horizontally over recess in
drawer which limits protrusion from door face into aisleways.
Screw on vinyl magnetic drawer gasket assures tight drawer seal.
Both cabinet and drawers contain high density, non-CFC, foamed in
place polyurethane insulation.
A top mounted, self-contained, balanced refrigeration system using
R-134a refrigerant is conveniently located behind the one piece
louver assembly. It consists of an air cooled condensing unit and a
high humidity gravity coil evaporator, which is suspended from the
ceiling to provide an even, re-circulated, cold air drop onto the
stored product. Condensate from the evaporator coil and water from
the ice are collected in drain gutters which run to a drain located in
the floor of the cabinet.
The drain is a bell trap type with a 3⁄4" pipe connection
The unit is equipped with a pitched floor to facilitate both drainage
and cleaning. The normal operating temperature should be
approximately 36° F, just right to prevent the ice from melting away
too quickly. For temperature monitoring a digital thermometer is
included.
Serviceable Period: 2-year parts and labor and 5 years compressor warranty
Model: TRAULSEN, Model: RFS226NUT, DELFIELD: SSRFF2-S or
equal and approved
21. ITEM 7.21: Modular Stainless Steel Ambient Unit with Hinged Door and Stainless steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with hinged door and mounted on 150mm height
adjustable feet

© 01 International W.L.L Food Service Equipment


11400-93
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Ambient units are completely made of (304 AISI CrNi 18/10
stainless steel) with Scotch-Brite finishing. Front and rear
longitudinal stainless steel c-channel basement reinforcement 15/10
thickness (16 gauges). The internal sides, which support the
structure, have a 3 level position 30 mm high middle-shelf in AISI
304 stainless steel with a central S/S support to avoid twisting.
Sound deadening reinforcements between internal and external side
panels strengthen the structure. Hinged door, with sound deadening
internal panels, is fitted with a 304 AISI stainless steel hinges.
Hinged door allows 180° degree opening
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TERP4, Tournus Mareno or equal and approved
22. ITEM 7.22: Sliding Lid Ice Caddy, Capacity: 57Kg on Casters with Brake
Quantity: 1no
Approximate Size: 585mm wide x 800mm deep x 743mm high.
Description: Thick polyurethane foam insulation keeps ice frozen. Capacity: 57
kg of ice, Indoors or outdoors, in heat or humidity, these sleek
models keep their cool and can hold ice cold for days. Slides back
and under the secured base lid for quick access and it slides shut for
safe and sanitary storage.
Features: Four sturdy thumbscrews secure base lid tightly during transport
and when sliding top back and under. Service opening is 111/2"
(29,2 cm) x 17" (43,2 cm) for quick and easy loading and unloading
of ice. Double-wall, high density, polyethylene construction is
impact resistant and will not dent, crack, bubble, chip or break.
Recessed, leak proof, quarter-turn faucet is located on the front of
every unit for easy access and quick draining. Recessed interior well
with Camwear® polycarbonate drain shelf keeps ice out of any
melted water, ensuring long lasting quality and storage. Molded-in
handle is sturdy and will not break off. Provides controlled handling
and maneuvering, Recessed lift grip on the front for safe, balanced
lifting on or off delivery trucks.
Model: Cambro: ICS125LB, or equal and approved
23. ITEM 7.23: Stainless Steel Wall Cabinet with Sliding Doors Dimensions: 1600X400X600
Quantity: 2no
Approximate Size: 1600mm wide x 400mm deep x 600mm high
Description: Stainless steel wall mounted cabinet with sliding doors, sloped top
and one adjustable shelf.
Features Wall cupboard units with hinged doors are completely made of 304
AISI with Scotch-Brite finishing.
600 mm body height is surrounded by a s/s structure.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthen the structure.
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and on the lower part on a
hidden runner.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TAPC16, Tournus, Mareno or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-94
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

24. ITEM 7.24: Compact Processing Scale, 15 kg


Quantity: 1no
Approximate Size: Platform: 233-310mm wide x 250-273mm deep x 142mm high.
Description: Minimum 15kg capacity free standing table mounted scale with
large, front and rear seven-segment LED displays and to be suitable
for battery operation.
Features: To each be supplied complete with and incorporate:
a. Platform: To have a shock absorbing base to provide
protection against overload and impact forces. With a
minimum 15 kg capacity with 2 gram weighing intervals
 Indicator: Battery powered weighing indicator
which reads in kg.
 Display: There is to be a back lit LCD display.
The display is to be made up of display fields for
weight values, status and scale
specific/verification-related data.
 Keypad: The indicator is to incorporate 27 key
inscribed foil keypad and have 7 freely assignable
and configurable function keys to permit direct
accessing of definable weighing functions.
 Interfaces: The terminal is to be fitted with a
serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data
exchange.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
a. Platform: To be in stainless steel (1.4301) with a plain flat
surface. To have corrosion resistant stainless steel load cell
with 5-point 500% overload protection.
b. Weighing Indicator Housing: To be in stainless steel
(1.4301). To be protected to IP 68.
Electrical Services: Each scale is to be suitable for operation from a 6-VDC battery pack
that will provide 4-6 hours operation from full charge. The battery
packs are to be capable of charging from 13amp 240volt electrical
supplies.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
Serviceable Period: 2-year parts and labor.
Accessories: Spare Battery Packs: The scale is to be supplied complete with 1no
additional standby battery pack.
Model: Bizerba: EC II 100+ 1no Battery Pack, or OHAUS, Model:
V21PW15 or equal and approved
25. ITEM 7.25: 4 Nos. Stainless Steel GN 1/3 Containers Depth 100 mm Fixed under the
Wall Cabinet
Quantity: 1no
Approximate Size: 4 Containers 1/3 containers on slide bars in rear part, foresee 4
containers up to 1200 mm
Description: Stainless steel containers 1/3- 100 and stainless steel sliding bars for
each

© 01 International W.L.L Food Service Equipment


11400-95
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: Electrolux, Tournus, Mareno or equal and approved
26. ITEM 7.26: Modular Stainless Steel Ambient Unit with Sliding Doors, Middle Shelf &
Stainless steel Plinth
Quantity: 1no
Approximate Size: 2000mm wide x 680mm deep x 860mm high
Description: Stainless steel floor cabinet with sliding doors and one adjustable
shelf.
Features Ambient units are completely made of [304 AISI CrNi 18/10]
stainless steel with Scotch-Brite finishing.
Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges).
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sound deadening reinforcements between internal and external side
panels strengthen the structure.
Sliding doors incorporate sound deadening internal panels.
Ambient units are mounted on 150 mm height adjustable (0/+90
mm) oversized (65x65 mm) feet. The legs will be covered by
stainless steel plinth
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TE2S20 Tournus, Mareno or equal and
approved
27. ITEM 7.27: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 3300X700mm
Quantity: 1no
Approximate Size: 3300x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-96
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

28. ITEM 7.28: Self Contained Roll-In Thaw Refrigerator with Two Doors Designed To
Accommodate Two 66" High Roll-In Racks
Quantity: 1no
Approximate Size: 1727mm wide x 813mm deep x 2115mm high.
Description: Cabinet exterior, including front, one piece sides, louver assembly
and doors are constructed of heavy gauge stainless steel. Cabinet
interior is constructed of stainless steel. Exterior cabinet top, back
and bottom are constructed of heavy gauge aluminized steel. The
interior floor is constructed of stainless steel and insulated with 3⁄4"
of resilient cork. A readily attachable stainless steel ramp is
provided. Doors are equipped with removable plug cylinder locks
and guaranteed for life cam lift, gravity action, self-closing metal,
glide hinges with stay open feature at 120°. Hinges include a switch
to automatically activate the interior incandescent lighting.
Guaranteed for life, work flow door handle is mounted horizontally
over recess in door which limits protrusion from door face into
aisleways. Vinyl magnetic door gaskets assure tight door seal and
are easily removable for cleaning. Cabinet contains high density,
non-CFC, foamed in place polyurethane insulation.
Features: Stainless Steel Exterior & Interior
Special Refrigeration System/Air Flow Design Promotes Rapid,
Safe Thawing Of Frozen Food Product, Full Length Stainless Steel
Doors with Locks, Self Closing Doors with Stay Open Feature at
120 Degrees. Guaranteed For Life Cam-Lift Hinges. Guaranteed
For Life Horizontal Work Flow Door Handles. Standard Door
Hinging: Left/Right. Automatically Activated Incandescent Lights.
Stainless Steel Breaker Caps, Automatic Non-Electric Condensate
Evaporator, Magnetic Snap In Door Gaskets. Gasket Protecting
Metal Door Liner. Automatic Non-Electric Condensate Evaporator.
Stainless Steel Roll-In Rack Guides & Door Threshold Ramps.
Stainless Steel One-Piece Louver Assembly. 9' Cord & Plug
Attached. One Year Parts and Labor Warranty. Five Year
Compressor Warranty. Refrigeration System, A top mounted, self-
contained, balanced refrigeration system using R-134a refrigerant is
conveniently located behind the one-piece louver assembly. It
features a plenum effect blower, large, high humidity evaporator
coil located outside the food zone, coated with a plastic to retard
corrosion, and a top mounted non-electric condensate evaporator. A
cord and plug is supplied standard.
Serviceable Period: 2-year parts and labor and 5 years compressor warranty
Model: TRAULSEN, Model: RET232LUT-FHS, Delfield or equal and
approved
29. ITEM 7.29: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.08 AREA 8.0: MEAT AND POULTRY PREPARATION AREA
1. ITEM 8.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.

© 01 International W.L.L Food Service Equipment


11400-97
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg.
To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-return valve, concealed
behind apron, to provide single feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin for the collection of used
paper towels. Housing dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel rear upstand panel
complete with 170mm diameter paper towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 8.02: Stainless Steel Support to Hold Hand Wash Basin Splash Back and Knives
Sterilizer Dimensions: 1200X640X150 MM
Quantity: 1no
Approximate Size: 1200mm wide x 150mm deep x 640 high.
Description: Stainless steel panel support fixed on the wall with stainless steel
clamp and bolts. The stainless steel panel wall will be holding the
knife sterilizing cabinet, paper and soup dispenser
Features Panel made of AISI Stainless steel 304, 18/10 -16 gauges satin
finish
Model: Specialist Stainless Steel Fabricator
3. ITEM 8.03: Modular Stainless Steel Ambient Unit W/Waste Drawer & Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails, Built in grip mouldings _ Basic
hygiene: Inside of cupboard completely smooth without projecting
profiles and frames. Width 400 mm = 1 plastic container a 38 Liter
capacity Width 600 mm = 2 plastic containers a 38 Liter capacity.
Side panels double walled _ Complete made of stainless steel
1.4301. For free standing installation back panel necessary, Height
700 mm (without feet and worktop). Unit is provided with stainless
steel plinth and to be fixed upon the legs with special clips
Features Manufacture all in Stainless steel 304, 18/10

© 01 International W.L.L Food Service Equipment


11400-98
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor


Model: Tournus, Electrolux (custom) or equal and approved
4. ITEM 8.04: Stainless Steel Knives Sterilizing Cabinet W/ Grid &UV Radiation
Technology
Quantity: 1no
Approximate Size: 510-540mm wide x 140-170mm deep x 565-640mm high.
Description: Stainless steel finish wall mounted knife sterilizing cabinet.
Features: To incorporate the following:
a. Stainless steel rear, side and base panels. Perspex hinged
door.
b. Removable grid knife bar.
c. UV germicide lamp.
d. Timer controls.
Electrical Supply: Suitable for connection to a 240volt single-phase spur outlet.
Other: To be CE and/or NSF approved. The door is to be interlocked with
a micro switch, to cut the power to the UV tube when the door is
opened. To be mounted with the underside of the cabinet at
1350mm above finished floor level.
Serviceable Period: 2-year parts and labor.
Model: P&L Systems: KC10, or Sofinor: MZ031, or Tournus: 806 438,
orequal and approved
5. ITEM 8.05: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing. Front and rear longitudinal
stainless steel c-channel reinforcement 15/10 thickness strengthens
the structure. Sliding doors, with sound deadening internal and
external panels, run on the upper part on the s/s bearings and o n the
lower part on a hidden runner, All edges should be smooth to avoid
any safety problem with daily use. 45° degrees internal side corners
junction system and internal middle-shelf, height-adjustable in 3
positions, with an inner double fold to eliminate gaps between sides
and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
6. ITEM 8.06: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath. 100 mm boxed heavy duty

© 01 International W.L.L Food Service Equipment


11400-99
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

splash back with a 45° degree top angle. The splash back is folded
directly from the worktop and has fully welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
7. ITEM 8.07: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
8. ITEM 8.08: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness. 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-100
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9. ITEM 8.09: Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
10. ITEM 8.10: Wooden Chopping Block on Stand & Covered by Polyethylene
Quantity: 1no
Approximate Size: 700x700x900 mm
Description: Wooden chopping block, locust and hornbeam chopping block with
wood stool
Features: The whole block is made out from several pieces fitted together in a
nut and feather system, The inner part is built on a strong frame
work Large working surface with rounded edges for easy work and
cleaning, The whole product is made in beech wood to avoid
contamination with food Easy to clean with a steel brush. There is
also a cover available to protect the bloc after work against any
pollution.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: EUROCCEPI, Model: CSL707030, Bally Block, John Boos or
equal and approved
11. ITEM 8.11: Stainless Steel Meat Processing Table with Splash Back, Work top 50mm
High and 15/10 Thickness
Quantity: 1no
Approximate Size: 1800x700x1000 mm
Description: The meat processing table feature a 20 mm deep embossed surface,
2 polythene cutting board, (340x640 x 25 mm) a perforated shelf, an
easily removable GN liquid container and a knife holder
Features: Up stand with 10 mm rounded corner, 100 mm high and 13 mm
deep, designed to be used against a wall. Round section legs (50
mm of diameter). The 50 mm high worktop in [304 AISI] stainless
steel, 15/10 mm in thickness, incorporates a layer of sound
deadening materials, has upturned edges to protect the kitchen
worker and a reinforced, waterproof under panel. Under drip edge
under the working top, Round section legs and 50 mm Dia. height-
adjustable feet (-60+10 mm) in 304 AISI stainless steel to allow
perfect alignment with other food preparation equipment.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TLC1810, MARENO, TOURNUS or equal and
approved
12. ITEM 8.12: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can

© 01 International W.L.L Food Service Equipment


11400-101
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

be hung up either at the outside container rim or vertically at one of


the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
13. ITEM 8.13: Stainless Steel Table Over Shelf With Rear Stainless Steel Tubular Uprights
- Two Levels- 3300X400X700
Quantity: 1no
Approximate Size: 3300x400x700 mm
Description: Double Over shelf: Full width 400mm deep, double over shelf
mounted at 700mm above the table top, mounted to the rear of the
table, to provide a cantilevered shelf arrangement. Shelf top turned
down to all sides.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel,
Over shelf framing to be mounted to the rear of the worktop, cow
led at the juncture between the shelf supports and the worktop.
Shelf top to be bull nosed to match the counter top and being
reinforced and soundproofed with 16-19mm thick rot-proof
insulated panel under.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
14. ITEM 8.14: 4 Nos. Stainless Steel GN 1/3 Containers Depth 100 mm Fixed under Over
Shelf
Quantity: 1no
Approximate Size: 4 Containers 1/3 containers on slide bars in rear part, foresee 4
containers up to 1200 mm
Description: Stainless steel containers 1/3- 100 and stainless steel sliding bars for
each
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Tournus, Mareno or equal and approved
15. ITEM 8.15: Modular Refrigerated Counter with Built in Unit, Three Doors and Stainless
steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top, 435-510 Liter counter refrigerators
each designed to maintain food at +1O/+4OC. Having integral air
cooled compressor mounted to the facing right side and 3no
cupboard compartment with hinged doors adjacent to the
compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.

© 01 International W.L.L Food Service Equipment


11400-102
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Compressor: With air cooled refrigeration system


operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket, Fan cover to be removable for
cleaning, Evaporator coils to be coated to protect against corrosive
foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
16. ITEM 8.16: Compact Processing Scale, 15 kg
Quantity: 1no
Approximate Size: Platform: 233-310mm wide x 250-273mm deep x 142mm high.
Description: Minimum 15kg capacity free standing table mounted scale with
large, front and rear seven-segment LED displays and to be suitable
for battery operation.
Features: To each be supplied complete with and incorporate:
a. Platform: To have a shock absorbing base to provide
protection against overload and impact forces. With a
minimum 15 kg capacity with 2 gram weighing intervals
 Indicator: Battery powered weighing indicator
which reads in kg.
 Display: There is to be a back lit LCD display.
The display is to be made up of display fields for
weight values, status and scale
specific/verification-related data.

© 01 International W.L.L Food Service Equipment


11400-103
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 Keypad: The indicator is to incorporate 27 key


inscribed foil keypad and have 7 freely assignable
and configurable function keys to permit direct
accessing of definable weighing functions.
 Interfaces: The terminal is to be fitted with a
serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data
exchange.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
a. Platform: To be in stainless steel (1.4301) with a plain flat
surface. To have corrosion resistant stainless steel load cell
with 5-point 500% overload protection.
b. Weighing Indicator Housing: To be in stainless steel
(1.4301). To be protected to IP 68.
Electrical Services: Each scale is to be suitable for operation from a 6-VDC battery pack
that will provide 4-6 hours operation from full charge. The battery
packs are to be capable of charging from 13amp 240volt electrical
supplies.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
Serviceable Period: 2-year parts and labor.
Accessories: Spare Battery Packs: The scale is to be supplied complete with 1no
additional standby battery pack.
Model: Bizerba: EC II 100+ 1no Battery Pack, or OHAUS, Model:
V21PW15 or
Equal and approved
17. ITEM 8.17: Modular Stainless Steel Ambient Unit with Drawers & Stainless steel Plinth
Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing. Units incorporate
front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness. Sound deadening reinforcements
between internal and external side panels strengthen the structure.
Drawers made in 304 AISI stainless steel Telescopic runners to ease
extraction of GN containers, Stainless steel plinth will be provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved
18. ITEM 8.18: Table Top Vacuum Packing Machine
Quantity: 1no
Approximate Size: 550mm wide x 600mm deep x 476mm high.

© 01 International W.L.L Food Service Equipment


11400-104
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Stainless steel finish single chamber vacuum packaging machine


within a cabinet base with left and right seal bars. To be capable of
sealing pouches up to 466x 456 x 218mm deep, in a vacuum
Features: To be supplied complete with and incorporate:
a. Vacuum Pump: An integrated 40m3/h vacuum pump.
b. Design: Smooth flat surfaces with round corners without
any niches or edges, to facilitate easy cleaning.
c. Housing: Machine mounted in a cabinet base with stainless
steel housing, chamber lid and mechanics.
d. Automatic Progressive Ventilation: After the sealing
operation the air is to flow in very slowly at first and then
gather speed. At the start of the sealing process the film is
to rest gently on the surface of the product due to low
pressure and to allow tension adjustments to occur. This is
to permit soft products to retain their shape and to
minimise the danger of hard products puncturing the pack.
e. Sealing Unit: The machine is to be equipped with a double-
seam sealing facility whereby the pouch is sealed with two
seams; the outer seam is to also sever the excess pouch
material and give the pouch a hygienic and attractive seal.
f. Filler Plates: To be in plastic and be set to support the
pouch (es).
g. Chamber size: 466x 456 x 218mm deep.
h. Seal Length: 440mm to left and right sides. The chamber is
to be equipped with two parallel 440mm seal bars on the
left and right and which can be used simultaneously.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC, using food grade
materials. To be designed so that the machine is capable of being
maintained with minimum tools. To incorporate a vacuum quick
stop
Construction: Machine to be constructed in stainless steel. The lid is to have a
window made from safety (mineral) glass to permit viewing of the
packaging operation. It is to be abrasion-resistant and resistant to
clouding from cleaning agents.
Controls: To have an integrated electronic control system. All settings are to
be capable of being entered by pressing push buttons on a film
keypad with an easy clean surface. To have an easy to read
fluorescent display panel that provides exact information on every
stage in the sealing process. The settings for 6 product groups are to
be capable of being stored in memory for subsequent retrieval as
required and for use by untrained personnel. When standard
products are being packaged the control system is to recognise by
itself when the maximum possible vacuum level has been achieved
and then seal the pouch automatically. The controls are to have a
waterproof protective cover.
Electrical Services: Machine to operate from a 240volt single-phase electrical supply.
To be installed via a 2-metre length of cable and MK Commando
Quick-disconnect socket connector. All electrical connections are to
be waterproof to IP56.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: CSV20B Berkel: Single Chamber, or Multivac
UK Ltd, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-105
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

19. ITEM 8.19: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 2100X700mm
Quantity: 1no
Approximate Size: 2100x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile, 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA21A, Tournus, Mareno or equal and
approved
20. ITEM 8.20: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg. Heavy-duty chassis, with a
welded 25mm diameter tubular frame and integral handles, 125mm
diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or
equal and approved
21. ITEM 8.21: Self Contained Roll-In Thaw Refrigerator with Two Doors Designed To
Accommodate Two 66" High Roll-In Racks
Quantity: 1no
Approximate Size: 1727mm wide x 813mm deep x 2115mm high.

© 01 International W.L.L Food Service Equipment


11400-106
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Cabinet exterior, including front, one piece sides, louver assembly
and doors are constructed of heavy gauge stainless steel. Cabinet
interior is constructed of stainless steel. Exterior cabinet top, back
and bottom are constructed of heavy gauge aluminized steel. The
interior floor is constructed of stainless steel and insulated with 3⁄4"
of resilient cork. A readily attachable stainless steel ramp is
provided. Doors are equipped with removable plug cylinder locks
and guaranteed for life cam lift, gravity action, self-closing metal,
glide hinges with stay open feature at 120°. Hinges include a switch
to automatically activate the interior incandescent lighting.
Guaranteed for life, work flow door handle is mounted horizontally
over recess in door which limits protrusion from door face into
aisleways. Vinyl magnetic door gaskets assure tight door seal and
are easily removable for cleaning. Cabinet contains high density,
non-CFC, foamed in place polyurethane insulation.
Features: Stainless Steel Exterior & Interior
Special Refrigeration System/Air Flow Design Promotes Rapid,
Safe Thawing Of Frozen Food Product, Full Length Stainless Steel
Doors with Locks, Self Closing Doors with Stay Open Feature at
120 Degrees, Guaranteed For Life Cam-Lift Hinges, Guaranteed
For Life Horizontal Work Flow Door Handles, Standard Door
Hinging: Left/Right, Automatically Activated Incandescent Lights,
Stainless Steel Breaker Caps, Automatic Non-Electric Condensate
Evaporator, Magnetic Snap In Door Gaskets, Gasket Protecting
Metal Door Liner, Automatic Non-Electric Condensate Evaporator,
Stainless Steel Roll-In Rack Guides & Door Threshold Ramps,
Stainless Steel One-Piece Louver Assembly, 9' Cord & Plug
Attached, One Year Parts and Labor Warranty, Five Year
Compressor Warranty,
Refrigeration System A top mounted, self-contained, balanced refrigeration system using
R-134a refrigerant is conveniently located behind the one-piece
louver assembly. It features a plenum effect blower, large, high
humidity evaporator coil located outside the food zone, coated with
a plastic to retard corrosion, and a top mounted non-electric
condensate evaporator. A cord and plug is supplied standard.
Serviceable Period: 2-year parts and labor and 5 years compressor warranty
Model: TRAULSEN, Model: RET232LUT-FHS, Delfield or equal and
approved
22. ITEM 8.22: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
800X680X860MM
Quantity: 1no
Approximate Size: 800mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.
Features: Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges). The internal sides,
which support the structure, have a 3 level position 30 mm high
middle-shelf in AISI 304 stainless steel with a central S/S support to
avoid twisting. Sound deadening reinforcements between internal
and external side panels, strengthen the structure. Ambient units are
mounted on 150 mm height adjustable (0/+90mm) oversized (65x65
mm) feet. Stainless steel plinth to be provided
Model: Electrolux, Model: TERG8 or equal and approved

© 01 International W.L.L Food Service Equipment


11400-107
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

23. ITEM 8.23: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 800X700mm
Quantity: 1no
Approximate Size: 800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile, 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T TPLA08A, Tournus, Mareno or equal and
approved
24. ITEM 8.24: Meat Chopper, 1.5 HP, And Capacity: 600Kg/h
Quantity: 1no
Approximate Size: 217/330-480mm wide x 370-845mm deep x 435-610mm high.
Description: Bench mounted mincing machine having capacity to process
approximately 18kg/minute.
Features: With a #22 size chopping head and 1.5 HP motor. Supplied
complete with the following tools and attachments:
a. Feed Pan: Stainless steel feed pan 533 x 864 x 125mm
high.
b. Knives: 3 x 4 bladed knives.
c. Plates: 2 x 4.5mm and 1 x 10mm plates.
d. Guard: Outlet guard.
e. Feed stick.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene.Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Body of machine to be finished in chrome plated steel or aluminum
alloy with stainless steel, feed pan, receiving tray, grinding unit and
legs
Electrical Supply: Mincing machine to operate from a 1.2kW, 240volt single phase
electrical supply and be supplied complete with a two meter cable
and moulded on plug top. With fuse rated at 25amps. With all
controls mounted in front face of the machine. To have No-volt
release and emergency stop safety mechanism that operates
automatically.
Serviceable Period: 2-year parts and labour.
Model: Hobart: 4822, Biro or equal and approved

© 01 International W.L.L Food Service Equipment


11400-108
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

25. ITEM 8.25: 3 HP Vertical Meats Saw Machine Floor Standing


Quantity: 1no
Approximate Size: 864mm wide x 864mm deep x 1748mm high
Description: Floor standing all stainless steel finishes band saw, having a 335mm
cutting width and 387mm cutting height. Supplied with brake motor
and pusher
Features: Supplied complete with the following features and attachments:
a. Removable meat pusher.
b. Folding down fine adjustable gauge plate.
c. Removable saw blade and wheel scraper unit.
d. Adjustable blade guide with blade guard.
e. Stainless steel cutting table and smooth crevice free
housing.
f. ‘Feather-glide’ ball bearing carriage.
g. Enclosed scrap compartment.
h. Cover, pulleys, guide and wipe assembly to be capable of
being removed without the use of tools.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards.
Safety: to be manufactured to comply with the requirements of the
EC Machinery Directive 89/392/EEC for safety and hygiene.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
To have a braked motor that is to be sealed against ingress of
moisture. To have a no-volt release safety mechanism that operates
automatically.
Machine to be finished all in stainless steel. All machine
components to be removable without the use of tools. Machine to be
capable of being cleaned with a high pressure cleaner. Machine to
have a cutting clearance of 387mm and a blade length of 233mm.
Electrical Supply: Band saw to operate from a minimum 3HP, 2.5Kw motor. To
operate from a 415 volt three phase electrical supply. To be installed
using a ‘quick-disconnect’ MK Commando type industrial socket
connector.
Serviceable Period: 2-year parts and labor.
Model: HOPART, Model: 6614, Biro, or Butcher Boy, or equal and
approved
26. ITEM 8.26: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre.

© 01 International W.L.L Food Service Equipment


11400-109
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Thanks to a hanging device on the lid's underside, the lid can be


hung up either at the outside container rim or vertically at one of the
container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
27. ITEM 8.27: Meat and Poultry W.I.P Cold Room, Internal Dimensions: 1750X2500X2200
Internal Temperature:-1°C+4°C
Refer to Cold Rooms Specifications No. 11405
28. ITEM 8.28: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
29. ITEM 8.29: Stainless Steel Gastronorm Slide bar Rack Trolley Capacity: 15 GN1/1
Quantity: 3no
Approximate Size: 638mm wide x 650mm deep x 1641-1785mm high.
Description: Stainless steel mobile carts, accommodating 15 Gastronorm 1/1
containers.
Features: To be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 17-18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 75-80mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: To be approved to NF Food Hygiene Standard. Manufactured all in
stainless steel (18/10-grade minimum). Frame space to allow
loading via 325mm container face.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart is to be supplied complete with:
6no Gn1/1 x 150mm deep polycarbonate containers. 6no Gn1/1 x
100mm deep polycarbonate containers. 6no perforated Gn1/1
polycarbonate draining plates. 18no Gn1/1 polycarbonate lids.
Model: Blanco: RWR 160 (569848) + Containers + Special Castors, or
Hupfer: RWG/18L + Containers + Special Castors, or Tournus:
Gn1/1 Trolley (804 206) + Containers+ Special Castors, or equal
and approved

© 01 International W.L.L Food Service Equipment


11400-110
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

30. ITEM 8.30: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.09 AREA 9.0: COLD KITCHEN AREA
1. ITEM 9.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 9.02: Stainless Steel Knives Sterilizing Cabinet W/ Grid &UV Radiation
Technology
Quantity: 1no
Approximate Size: 510-540mm wide x 140-170mm deep x 565-640mm high.
Description: Stainless steel finish wall mounted knife sterilizing cabinet.
Features: To incorporate the following:
a. Stainless steel rear, side and base panels. Perspex hinged
door.
b. Removable grid knife bar.

© 01 International W.L.L Food Service Equipment


11400-111
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. UV germicide lamp.
d. Timer controls.
Electrical Supply: Suitable for connection to a 240volt single-phase spur outlet.
Other: To be CE and/or NSF approved. The door is to be interlocked with
a micro switch, to cut the power to the UV tube when the door is
opened. To be mounted with the underside of the cabinet at
1350mm above finished floor level.
Serviceable Period: 2-year parts and labor.
Model: P&L Systems: KC10, or Sofinor: MZ031, or Tournus: 806 438,
orequal and approved
3. ITEM 9.03: Modular Stainless Steel Ambient Unit W/Waste Drawer & Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails. Built in grip mouldings _ Basic
hygiene: Inside of cupboard completely smooth without projecting
profiles and frames, Width 400 mm = 1 plastic container a 38 Liter
capacity Width 600 mm = 2 plastic containers a 38 Liter capacity,
Side panels double walled _ Complete made of stainless steel
1.4301. For free standing installation back panel necessary, Height
700 mm (without feet and worktop), Unit is provided with stainless
steel plinth and to be fixed upon the legs with special clips
Features Manufacture all in Stainless steel 304, 18/10
Serviceable Period: 2-year parts and labor
Model: Tournus, Electrolux (custom) or equal and approved
4. ITEM 9.04: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing. Front and rear longitudinal
stainless steel c-channel reinforcement 15/10 thickness strengthens
the structure. Sliding doors, with sound deadening internal and
external panels, run on the upper part on the s/s bearings and o n the
lower part on a hidden runner, All edges should be smooth to avoid
any safety problem with daily use. 45° degrees internal side corners
junction system and internal middle-shelf, height-adjustable in 3
positions, with an inner double fold to eliminate gaps between sides
and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
5. ITEM 9.05: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.

© 01 International W.L.L Food Service Equipment


11400-112
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath.
100 mm boxed heavy duty splash back with a 45° degree top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
6. ITEM 9.06: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
7. ITEM 9.07: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.

© 01 International W.L.L Food Service Equipment


11400-113
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved
8. ITEM 9.08: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
9. ITEM 9.09: Vertical Tilting Cutter Mixer, Capacity: 60Liters Supply With one serrated 3
Blades Knife & One Fine serrated 3 Blades Knife
Quantity: 1no
Approximate Size: 600mm wide x 810mm deep x 1400mm high.
Description: 60 Liter (Gross Volume) capacity floor standing tilting vertical
cutter/blending machine.
Features: To be supplied complete with:
a. Bowl: 60 Liter capacity stainless steel mixing bowl which
tips to facilitate emptying of product.
b. Levers: Levers to tip and hold the bowl in the required
position.
c. Lid: Lid hinged on the right side and fitted with a seal,
handle and clamp.
d. Knife: Knife group comprising of one removable support
and two crescent shaped serrated stainless steel blades.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. To incorporate:
a. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC
for safety and hygiene. To be protected to IP 34.
b. Controls: To be installed complete with a wall mounted
splash proof control panel, equipped with motor overload
protection. To have low voltage 24volt controls with low
and high speed buttons and a power indicator.
c. Frame: With all metal base frame fitted complete with
vibration absorbing rubber feet.
d. Bowl and Knife: With a stainless steel mixing bowl and
flat bladed knife.
e. Bowl Speed: To have high and low speed settings.
Machine to run at 1400/1500rpm on the slower speed and
2800/3000 rpm at the higher speed.
f. Lid: The lid is to be interlocked to prevent the cutter
operating if the lid is open and to immediately stop the
machine if the lid is opened.
Electrical Supply: Having 11 kW motor (minimum) and operating from a three-phase
electrical supply. Motor to be complete with overload protection
and re-set facility. With push button low voltage controls. To be
supplied with a two metre cable and 415volt three-phase ‘quick-
disconnect’ industrial type socket connector.
Serviceable Period: 2-year parts and labor.
Model: Nilma: DS/3, or Robot Coupe: R60 Tilting, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-114
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10. ITEM 9.10: Vegetable Preparation Machine with Automatic Feed Head, Pusher Feed
Head and 8 Discs. Capacity: up to 3000 Meals
Quantity: 1no
Approximate Size: 600mm wide x 720mm deep x 1225mm high.
Description: Capacity: 500-900 kg/h output vegetable cutting machine.
Features: Machine to incorporate:
a. Base: Stainless steel base complete with rear castors and
handle to permit the item to be moved for cleaning. To
have height adjustable front feet.
b. 3no styles of feed hoppers/Feeders:
Feed Hopper: Cylindrical shaped feed head with two
feeder compartments to allow for the continuous
feeding/cutting of product. To be complete with a ‘Type A’
cylinder to eliminate the need for manual feed pressure.
Manual Push Feeder: To allow for manual feeding of
product with a lever connected push feeder. With a feed
tube and pestle for continuous oriented cutting of long
vegetables and smaller items. To be supplied complete
with a ‘Type B’ feed cylinder complete with 3no internal
knife blades and a 9L/200mm diameter cylinder.
Tube Feeder: For use in association with the manual push
feeder for the continuous orientation of long and round
product. To have 2no 73mm, 1no 60mm and 1no 35mm
diameter tubes.
c. Auto-start/stop: To have an automatic start/stop function
that stops the machine as soon as the pusher plate is raised
and restarts the machine as soon as the pusher plate is
lowered back over the feed cylinder.
d. All loose parts being capable of easy removal from the
machine for cleaning.
e. Cutting plate diameter of 215mm and knife cutting speed
of 200/400 r.p.m.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene. To be CE approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. The motor is to drive the machine
through a maintenance free gear transmission. The machine base,
feed cylinder and pusher plate are to all be manufactured using
robust metal. The machine housing is to be in Anodised or polished
aluminum alloy, with the feed hopper in stainless steel. The knife
blades on the cutting plate are to be made of knife steel.
Electrical Controls: Motor to be two-speed rated at 1.5/0.9kW, suitable for operation
from a 415volt three-phase electrical supply rated at 16amps.
Machine to be supplied with a two meter length of cable and
industrial type ‘quick-disconnect’ socket connector. To have both
electrical and mechanical interlock safety switches which stop the
machine from operating when the pusher plate is removed from the
operating position. Motor to be complete with overload protection
and re-set facility. With push button low voltage controls. Machine
to be protected to IP 45, with the push buttons protected to IP 65.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Food Service Equipment


11400-115
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Accessories: To be supplied complete with the following compliment of stainless


steel wall disc holders and cutting discs/attachments:
1. 5no Stainless Steel Wall Disc Holders: Each having 3no
pins, with each pin capable of holding 1no disc. To be wall
mounted in a position to be agreed such that the discs are
available for use by personnel using either machine.
2. Slicing Discs:
 1no 4.5mm Standard Slicing Disc.
 1no 1.5mm Fine Cut Slicing Disc.
 1no 6mm Fine Cut Slicing Disc.
 1no 10mm Fine Cut Slicing Disc.
 1no 14mm Fine Cut Slicing Disc.
3. Grating Discs:
 1no 3mm Grating Plate.
 1no 6mm Grating Plate
4. Dicing Grids:
 1no 12.5mm Dicing Cutter
 1no 12.5 x 12.5mm Dicing Grid
 1no 7.5 x 7.5mm Dicing Grid
 1no 15 x 15mm LOW Dicing Grid
5. Julienne Cutters:
 1no 2 x 2mm Julienne Cutting Disc
 1no 6 x 6mm Julienne Cutting Disc
6. Mobile Container Trolley: To be 590/735mm wide (inc.
handle) x400mm deep x 790mm high, fabricated in
stainless steel 18/10, having a tubular frame, a frame
support for a Gn1/1 Gastronorm container and an integral
tubular handle. To be complete with a 1no Gn1/1
polycarbonate Gastronorm collection container 200mm
deep. The frame retaining the container is to be capable of
being raised to a position in which it is parallel with the
trolley handle.
Model: Nilma: RG-400 + Type ‘A’ Feed Hopper + Type ‘A’ Feed Cylinder
+ Manual Push Feeder + Tube Feeder + Type ‘B’ Feed Cylinder +
Discs + 6no Wall Racks + Container Trolley, or Robot Coupe:
CL60 Automatic Feed Head & Pusher feed head, equal and
approved
11. ITEM 9.11: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 2100X700mm
Quantity: 1no
Approximate Size: 2100x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications.

© 01 International W.L.L Food Service Equipment


11400-116
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Front and rear longitudinal stainless steel c-channel reinforcement,


15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules, Splash back rear part
completely covered by stainless steel profile, 100 mm boxed heavy
duty splash back with a 45° degrees top angle. The splash back is
folded directly from the worktop and has fully welded sides. The
rear part of the splash back is completely covered with a S/S profile
to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA21A, Tournus, Mareno or equal and
approved
12. ITEM 9.12: Modular Stainless Steel Ambient Unit with Drawer & Stainless steel Plinth
Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing. Units incorporate
front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness. Sound deadening reinforcements
between internal and external side panels strengthen the structure.
Drawers made in 304 AISI stainless steel, Telescopic runners to
ease extraction of GN containers, Stainless steel plinth will be
provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved
13. ITEM 9.13: Modular Refrigerated Counter with Built in Unit, Three Doors and Stainless
steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top 435-510 Liter counter refrigerators
each designed to maintain food at +1O/+4OC. Having integral air
cooled compressor mounted to the facing right side and 3no
cupboard compartment with hinged doors adjacent to the
compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.

© 01 International W.L.L Food Service Equipment


11400-117
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Compressor: With air cooled refrigeration system


operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket. Fan cover to be removable for
cleaning, Evaporator coils to be coated to protect against corrosive
foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
14. ITEM 9.14: Compact Processing Scale, 15 kg
Quantity: 1no
Approximate Size: Platform: 233-310mm wide x 250-273mm deep x 142mm high.
Description: Minimum 15kg capacity free standing table mounted scale with
large, front and rear seven-segment LED displays and to be suitable
for battery operation.
Features: To each be supplied complete with and incorporate:
a. Platform: To have a shock absorbing base to provide
protection against overload and impact forces. With a
minimum 15 kg capacity with 2 gram weighing intervals
 Indicator: Battery powered weighing indicator
which reads in kg.
 Display: There is to be a back lit LCD display.
The display is to be made up of display fields for
weight values, status and scale
specific/verification-related data.

© 01 International W.L.L Food Service Equipment


11400-118
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 Keypad: The indicator is to incorporate 27 key


inscribed foil keypad and have 7 freely assignable
and configurable function keys to permit direct
accessing of definable weighing functions.
 Interfaces: The terminal is to be fitted with a
serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data
exchange.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
Platform: To be in stainless steel (1.4301) with a plain flat surface.
To have corrosion resistant stainless steel load cell with 5-point
500% overload protection.
Weighing Indicator Housing: To be in stainless steel (1.4301). To
be protected to IP 68.
Electrical Services: Each scale is to be suitable for operation from a 6-VDC battery pack
that will provide 4-6 hours operation from full charge. The battery
packs are to be capable of charging from 13amp 240volt electrical
supplies.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
Serviceable Period: 2-year parts and labor.
Accessories: Spare Battery Packs: The scale is to be supplied complete with 1no
additional standby battery pack.
Model: Bizerba: EC II 100+ 1no Battery Pack, or OHAUS, Model:
V21PW15 or
equal and approved
15. ITEM 9.15: Table Top Vacuum Packing Machine
Quantity: 1no
Approximate Size: 550mm wide x 600mm deep x 476mm high.
Description: Stainless steel finish single chamber vacuum packaging machine
within a cabinet base with left and right seal bars. To be capable of
sealing pouches up to 466x 456 x 218mm deep, in a vacuum
Features: To be supplied complete with and incorporate:
a. Vacuum Pump: An integrated 40m3/h vacuum pump.
b. Design: Smooth flat surfaces with round corners without
any niches or edges, to facilitate easy cleaning.
c. Housing: Machine mounted in a cabinet base with stainless
steel housing, chamber lid and mechanics.
d. Automatic Progressive Ventilation: After the sealing
operation the air is to flow in very slowly at first and then
gather speed. At the start of the sealing process the film is
to rest gently on the surface of the product due to low
pressure and to allow tension adjustments to occur. This is
to permit soft products to retain their shape and to
minimise the danger of hard products puncturing the pack.

© 01 International W.L.L Food Service Equipment


11400-119
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Sealing Unit: The machine is to be equipped with a double-


seam sealing facility whereby the pouch is sealed with two
seams; the outer seam is to also sever the excess pouch
material and give the pouch a hygienic and attractive seal.
f. Filler Plates: To be in plastic and be set to support the
pouch (es).
g. Chamber size: 466x 456 x 218mm deep.
h. Seal Length: 440mm to left and right sides. The chamber is
to be equipped with two parallel 440mm seal bars on the
left and right and which can be used simultaneously.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC, using food grade
materials.
To be designed so that the machine is capable of being maintained
with minimum tools. To incorporate a vacuum quick stop
Construction: Machine to be constructed in stainless steel. The lid is to have a
window made from safety (mineral) glass to permit viewing of the
packaging operation. It is to be abrasion-resistant and resistant to
clouding from cleaning agents.
Controls: To have an integrated electronic control system. All settings are to
be capable of being entered by pressing push buttons on a film
keypad with an easy clean surface. To have an easy to read
fluorescent display panel that provides exact information on every
stage in the sealing process. The settings for 6 product groups are to
be capable of being stored in memory for subsequent retrieval as
required and for use by untrained personnel. When standard
products are being packaged the control system is to recognise by
itself when the maximum possible vacuum level has been achieved
and then seal the pouch automatically. The controls are to have a
waterproof protective cover.
Electrical Services: Machine to operate from a 240volt single-phase electrical supply.
To be installed via a 2-metre length of cable and MK Commando
Quick-disconnect socket connector. All electrical connections are to
be waterproof to IP56.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: CSV20B Berkel: Single Chamber, or Multivac
UK Ltd, or equal and approved
16. ITEM 9.16: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg. Heavy-duty chassis, with a
welded 25mm diameter tubular frame and integral handles, 125mm
diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.

© 01 International W.L.L Food Service Equipment


11400-120
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Shelves: 4no, each approximately 1000 x 600mm and having a


dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or
equal and approved
17. ITEM 9.17: Stainless Steel Flat Top Working Table on Casters with Under Shelf, Top
Thickness 15/10-1800X700X900 mm
Quantity: 2no
Approximate Size: 1800mm wide x 700mm deep x 900mm high.
Description: 18/10 304-grade stainless steel construction mobile tables with top
turned down to all sides and under shelf
Features: To be supplied complete with and incorporate:
a. Top: Stainless steel top with 55mm bullnose turndown to
front and flat turndown to all remaining sides.
b. Under: Under is to be a base shelf and drawer.
c. Castors: Mounted on castors complete with revolving mark
proof protection buffers. Front castors fitted with brakes.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/8 304-grade 16-gauge stainless steel. To incorporate:
a. Top: 18/10 304-grade 14-gauge (2mm) stainless steel top
with a 55mm bullnose to the front and square section
turndown remaining sides. Top reinforced and
soundproofed under with a 16-19mm thick rot-proof
insulated panel finished with a stainless steel cladding
panel securely fixed under. All profile details to match
those of adjacent specially fabricated tables and sinks.
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars.
c. Under shelf: To be fitted with a base shelf with the top
turned down to all sides.
d. Drawer: 1no Gn1/1 drawer under, approximately 150mm
deep and complete with a removable Gastronorm Gn1/1
insert, with the top flanged out on all sides to rest on the
drawer housing. The drawer is to slide on heavy-duty
telescopic channels with rollers, designed so that the
drawer will not tilt when fully open. The front of the
drawer shall be stainless steel, with an integral folded
pattern drawer pull and lock. The drawer is to be fitted
with stainless steel cladding panels to both sides.
e. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:

© 01 International W.L.L Food Service Equipment


11400-121
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 fitted by tapered screws.


 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Tournus, Model: 464 976, Electrolux, Mareno or Equal and
approved
18. ITEM 9.18: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
19. ITEM 9.19: Stainless Steel Mobile Mixer Table, Dimensions: 610X762X710mm
Quantity: 1no
Approximate Size: 650mm wide x 750mm deep x 585/1040mm high (including rear
upstand).
Description: Stainless steel construction mobile low level stand for mixing
machine.
Features: To be supplied complete with and incorporate:
a. Top: Stainless steel top mounted at 585mm above finished
floor level, reinforced to accommodate the weight of the
mixing machine. With 55mm bull nose turndown to front,
flat turndown to sides and 445mm high rear up stand,
boxed-in to rear and with angled top profile forming a
50mm apex to match adjacent tables.
b. Attachment Drawer: Mixer attachment drawer under,
approximately 355mm high, with removable liner.

© 01 International W.L.L Food Service Equipment


11400-122
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Castors: Mounted on castors to the rear, complete with


revolving mark proof protection buffers. Front castors
fitted with brakes.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/8 304-grade 16-gauge stainless steel. To incorporate:
a. Top: 18/8 304-grade 16-gauge stainless steel top with a
55mm bullnose to the front and square section turndown
both sides. Top to be reinforced to accommodate weight of
mincing machine proposed over. Top reinforced and
soundproofed with a 16-19mm thick rot-proof insulated
panel finished with a stainless steel cladding panel securely
fixed under. All profile details to match those of adjacent
specially fabricated tables and sinks.
b. Frame: Unit mounted on 38mm stainless steel frame/legs.
With paneled sides and rear, forming drawer enclosure
under top
c. Legs/Castors: Mounted on adjustable bullet feet at the front
and 125mm diameter polyurethane castors to the rear,
securely fixed to framing. The castors are to be stem type,
to suit 38mm frames, 125mm diameter, non-marking
heavy-duty type, of Tente International manufacture, or
equal and approved, secured by double tapered screws
fixed to framing.
d. Drawer: To be mounted on extra heavy-duty drawer
runners and have a removable liner. Housing to be made of
all stainless steel channels welded at ends and to front.
With stainless steel drawer front and integral folded pattern
drawer pull.
Model: Advance Tabco, Model:AG-MP-30, Tournus or equal and approved
20. ITEM 9.20: 10 Liters All Purpose Mixers with All Standard Attachments
Quantity: 1no
Approximate Size: 347mm wide x 504mm deep x 651mm high.
Description: 10 Liter capacity mixing machine.
Features: 10 Liter capacity mixer, suitable for bench mounting. With manual
bowl lift, removable safety guard and the following tools and
attachments:
a. Stainless Steel 20 Liter Bowl.
b. 10 Liter Aluminum Beater.
c. 10 Liter Wire Whip.
d. 10 Liter Aluminum Spiral Hook.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. To have an integral bowl guard that is
linked to the bowl lifting mechanism and that operates
automatically, lowering as the bowl is raised into position. To be oil
free planetary mixer type, complete with a variable speed drive
motor. With steel and nylon gears running in a stainless steel beater
shaft. With all controls mounted in front face of the machine. To
have No-volt release and emergency stop button. Body of machine
to be finished in non-toxic polyurethane, with all paint free surfaces
in stainless steel or corrosion resistant aluminum alloy and minimal
external fixings and joints. With cast steel planetary housing, bowl
support and cradle.

© 01 International W.L.L Food Service Equipment


11400-123
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Mixer to operate from a 1HP/0.37kW/15amp,
240volt single-phase variable speed motor, supplied with a molded
on three-pin plug top and two meter cable.
Serviceable Period: 2-year parts and labor.
Model: Hobart: ES10-U1N1, Univex or equal and approved
21. ITEM 9.21: Modular Stainless Steel Ambient Unit with Drawer & Stainless steel Plinth
Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing. Units incorporate
front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness. Sound deadening reinforcements
between internal and external side panels strengthen the structure.
Drawers made in 304 AISI stainless steel, Telescopic runners to
ease extraction of GN containers, Stainless steel plinth will be
provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved
22. ITEM 9.22: Modular Refrigerated Counter with Built In Unit, Three Doors and Stainless
steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top 435-510 Liter counter refrigerators
each designed to maintain food at +1O/+4OC. Having integral air
cooled compressor mounted to the facing right side and 3no
cupboard compartment with hinged doors adjacent to the
compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.
d. Compressor: With air cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.

© 01 International W.L.L Food Service Equipment


11400-124
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket, Fan cover to be removable for
cleaning, Evaporator coils to be coated to protect against corrosive
foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
23. ITEM 9.23: Stainless Steel Table Over Shelf With Rear Stainless Steel Tubular
Uprights Two Levels-2100X400X700
Quantity: 1no
Approximate Size: 2100x400x700 mm
Description: Double Over shelf: Full width 400mm deep, double over shelf
mounted at 700mm above the table top, mounted to the rear of the
table, to provide a cantilevered shelf arrangement. Shelf top turned
down to all sides.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel, Over shelf framing to
be mounted to the rear of the worktop, cow led at the juncture
between the shelf supports and the worktop. Shelf top to be bull
nosed to match the counter top and being reinforced and
soundproofed with 16-19mm thick rot-proof insulated panel under.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
24. ITEM 9.24: 4 Nos. Stainless Steel GN 1/3 Containers Depth 100 mm Fixed under the
Over Shelf
Quantity: 1no
Approximate Size: 4 Containers 1/3 containers on slide bars in rear part, foresee 4
containers up to 1200 mm
Description: Stainless steel containers 1/3- 100 and stainless steel sliding bars for
each
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Tournus, Mareno or equal and approved

© 01 International W.L.L Food Service Equipment


11400-125
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

25. ITEM 9.25: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
1200X680X860MM
Quantity: 1no
Approximate Size: 1200mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.
Features: Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges). The internal sides,
which support the structure, have a 3 level position 30 mm high
middle-shelf in AISI 304 stainless steel with a central S/S support to
avoid twisting. Sound deadening reinforcements between internal
and external side panels, strengthen the structure. Ambient units are
mounted on 150 mm height adjustable (0/+90mm) oversized (65x65
mm) feet. Stainless steel plinth to be provided
Model: Electrolux, Model: TERG12, or equal and approved
26. ITEM 9.26: Meat Slicer with Tilting and Removable Carriage System 1/2 Hand 300mm
Knife Diameter
Quantity: 1no
Approximate Size: 690/740mm wide x 690mm deep x 530/710mm high.
Description: Electrically operated automatic gravity feed slicing machine.
Features: To incorporate:
a. Finish: Anodized aluminum finish.
b. Blade: 300mm diameter ‘durachrome’ blade with
maximum cutting round of 260mm.
c. Controls: No-volt push buttons, micro-switch safety cut-
out and Perspex safety guard.
d. Easy clean deflector plate and built-in adjustable knife
sharpener.
e. Guard: Stainless steel rear blade guard.
f. Motor: 0.5HP motor, one meter cable and molded-on plug
top.
g. Slice Thickness: 0-16mm thickness control.
h. Speed Controls: Variable 6-speed automatic carriage with
front mounted controls.
i. Carriage: Tilting and removable interlocked carriage.
j. Lift lever to facilitate cleaning under the machine.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Electrical Supply: To operate from a 240volt single-phase electrical supply and be
supplied with molded-on plug top and 1-metre length of cable. To
have No-volt release and emergency stop button.
Serviceable Period: 2-year parts and labor.
Model: Hobart: 2612, or Berkel: X13AE, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-126
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

27. ITEM 9.27: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 3300X700mm
Quantity: 1no
Approximate Size: 3300x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile, 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA33A, Tournus, Mareno or equal and
approved
28. ITEM 9.28: Cold Kitchen W.I.P Cold Room, Internal Dimensions: 1750X2500X2200
Internal Temperature:-1°C+4°C
Refer to Cold Rooms Specifications No. 11405
29. ITEM 9.29: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
30. ITEM 9.30: Stainless Steel Gastronorm Slide bar Rack Trolley Capacity: 15 GN1/1
Quantity: 3no
Approximate Size: 638mm wide x 650mm deep x 1641-1785mm high.
Description: Stainless steel mobile carts, accommodating 15 Gastronorm 1/1
containers.
Features: To be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 17-18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 75-80mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).

© 01 International W.L.L Food Service Equipment


11400-127
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 Non-marking and leave no discolouration behind


as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: To be approved to NF Food Hygiene Standard. Manufactured all in
stainless steel (18/10-grade minimum). Frame space to allow
loading via 325mm container face.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart is to be supplied complete with:
6no Gn1/1 x 150mm deep polycarbonate containers. 6no Gn1/1 x
100mm deep polycarbonate containers. 6no perforated Gn1/1
polycarbonate draining plates. 18no Gn1/1 polycarbonate lids.
Model: Blanco: RWR 160 (569848) + Containers + Special Castors, or
Hupfer: RWG/18L + Containers + Special Castors, or Tournus:
Gn1/1 Trolley (804 206) + Containers+ Special Castors, or equal
and approved
31. ITEM 9.31: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.010 AREA 10.0: VEGETABLE PREPARATION AREA
1. ITEM 10.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.

© 01 International W.L.L Food Service Equipment


11400-128
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor
level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening
requirements are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 10.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 3no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 10.03: Stainless Steel Support to Hold Hand Wash Basin Splash Back and Knives
Sterilizer Dimensions: 1200X640X150 MM
Quantity: 1no
Approximate Size: 1200mm wide x 150mm deep x 640 high.
Description: Stainless steel panel support fixed on the wall with stainless steel
clamp and bolts. The stainless steel panel wall will be holding the
knife sterilizing cabinet, paper and soup dispenser
Features Panel made of AISI Stainless steel 304, 18/10 -16 gauges satin
finish
Model: Specialist Stainless Steel Fabricator
4. ITEM 10.04: Stainless Steel Knives Sterilizing Cabinet W/ Grid &UV Radiation
Technology
Quantity: 1no
Approximate Size: 510-540mm wide x 140-170mm deep x 565-640mm high.
Description: Stainless steel finish wall mounted knife sterilizing cabinet.
Features: To incorporate the following:
a. Stainless steel rear, side and base panels. Perspex hinged
door.
b. Removable grid knife bar.
c. UV germicide lamp.
d. Timer controls.
Electrical Supply: Suitable for connection to a 240volt single-phase spur outlet.

© 01 International W.L.L Food Service Equipment


11400-129
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other: To be CE and/or NSF approved. The door is to be interlocked with


a micro switch, to cut the power to the UV tube when the door is
opened. To be mounted with the underside of the cabinet at
1350mm above finished floor level.
Serviceable Period: 2-year parts and labor.
Model: P&L Systems: KC10, or Sofinor: MZ031, or Tournus: 806 438,
orequal and approved
5. ITEM 10.05: Modular Stainless Steel Ambient Unit W/Waste Drawer & Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails, Built in grip mouldings _ Basic
hygiene: Inside of cupboard completely smooth without projecting
profiles and frames, Width 400 mm = 1 plastic container a 38 Liter
capacity Width 600 mm = 2 plastic containers a 38 Liter capacity,
Side panels double walled _ Complete made of stainless steel
1.4301, For free standing installation back panel necessary, Height
700 mm (without feet and worktop). Unit is provided with stainless
steel plinth and to be fixed upon the legs with special clips
Features Manufacture all in Stainless steel 304, 18/10
Serviceable Period: 2-year parts and labor
Model: Tournus, Electrolux (custom) or equal and approved
6. ITEM 10.06: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing. Front and rear longitudinal
stainless steel c-channel reinforcement 15/10 thickness strengthens
the structure. Sliding doors, with sound deadening internal and
external panels, run on the upper part on the s/s bearings and o n the
lower part on a hidden runner, All edges should be smooth to avoid
any safety problem with daily use. 45° degrees internal side corners
junction system and internal middle-shelf, height-adjustable in 3
positions, with an inner double fold to eliminate gaps between sides
and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
7. ITEM 10.07: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath. 100 mm boxed heavy duty
splash back with a 45° degree top angle. The splash back is folded
directly from the worktop and has fully welded sides.

© 01 International W.L.L Food Service Equipment


11400-130
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
8. ITEM 10.08: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
9. ITEM 10.09: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness. 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-131
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10. ITEM 10.10: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
11. ITEM 10.11: Vegetable Preparation Machine with Automatic Feed Head, Pusher Feed
Head and 8 Discs. Capacity: up to 3000 Meals
Quantity: 1no
Approximate Size: 600mm wide x 720mm deep x 1225mm high.
Description: Capacity: 500-900 kg/h output vegetable cutting machine.
Features: Machine to incorporate:
a. Base: Stainless steel base complete with rear castors and
handle to permit the item to be moved for cleaning. To
have height adjustable front feet.
b. 3no styles of feed hoppers/Feeders:
 Feed Hopper: Cylindrical shaped feed head with
two feeder compartments to allow for the
continuous feeding/cutting of product. To be
complete with a ‘Type A’ cylinder to eliminate
the need for manual feed pressure.
 Manual Push Feeder: To allow for manual feeding
of product with a lever connected push feeder.
With a feed tube and pestle for continuous
oriented cutting of long vegetables and smaller
items. To be supplied complete with a ‘Type B’
feed cylinder complete with 3no internal knife
blades and a 9L/200mm diameter cylinder.
 Tube Feeder: For use in association with the
manual push feeder for the continuous orientation
of long and round product. To have 2no 73mm,
1no 60mm and 1no 35mm diameter tubes.
c. Auto-start/stop: To have an automatic start/stop function
that stops the machine as soon as the pusher plate is raised
and restarts the machine as soon as the pusher plate is
lowered back over the feed cylinder.
d. All loose parts being capable of easy removal from the
machine for cleaning.
e. Cutting plate diameter of 215mm and knife cutting speed
of 200/400 r.p.m.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
The motor is to drive the machine through a maintenance free gear
transmission.
The machine base, feed cylinder and pusher plate are to all be
manufactured using robust metal.
The machine housing is to be in Anodised or polished aluminum
alloy, with the feed hopper in stainless steel.
The knife blades on the cutting plate are to be made of knife steel.

© 01 International W.L.L Food Service Equipment


11400-132
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Controls: Motor to be two-speed rated at 1.5/0.9kW, suitable for operation


from a 415volt three-phase electrical supply rated at 16amps.
Machine to be supplied with a two meter length of cable and
industrial type ‘quick-disconnect’ socket connector. To have both
electrical and mechanical interlock safety switches which stop the
machine from operating when the pusher plate is removed from the
operating position. Motor to be complete with overload protection
and re-set facility. With push button low voltage controls. Machine
to be protected to IP 45, with the push buttons protected to IP 65.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with the following compliment of stainless
steel wall disc holders and cutting discs/attachments:
1. 5no Stainless Steel Wall Disc Holders: Each having 3no
pins, with each pin capable of holding 1no disc. To be wall
mounted in a position to be agreed such that the discs are
available for use by personnel using either machine.
2. Slicing Discs:
 1no 4.5mm Standard Slicing Disc.
 1no 1.5mm Fine Cut Slicing Disc.
 1no 6mm Fine Cut Slicing Disc.
 1no 10mm Fine Cut Slicing Disc.
 1no 14mm Fine Cut Slicing Disc.
3. Grating Discs:
 1no 3mm Grating Plate.
 1no 6mm Grating Plate
4. Dicing Grids:
 1no 12.5mm Dicing Cutter
 1no 12.5 x 12.5mm Dicing Grid
 1no 7.5 x 7.5mm Dicing Grid
 1no 15 x 15mm LOW Dicing Grid
5. Julienne Cutters:
 1no 2 x 2mm Julienne Cutting Disc
 1no 6 x 6mm Julienne Cutting Disc
6. Mobile Container Trolley: To be 590/735mm wide (inc.
handle) x400mm deep x 790mm high, fabricated in
stainless steel 18/10, having a tubular frame, a frame
support for a Gn1/1 Gastronorm container and an integral
tubular handle. To be complete with a 1no Gn1/1
polycarbonate Gastronorm collection container 200mm
deep. The frame retaining the container is to be capable of
being raised to a position in which it is parallel with the
trolley handle.
Model: Nilma: RG-400 + Type ‘A’ Feed Hopper + Type ‘A’ Feed Cylinder
+ Manual Push Feeder + Tube Feeder + Type ‘B’ Feed Cylinder +
Discs + 6no Wall Racks + Container Trolley, or Robot Coupe:
CL60 Automatic Feed Head & Pusher feed head, equal and
approved

© 01 International W.L.L Food Service Equipment


11400-133
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

12. ITEM 10.12: Potato & Carrot Peeler, Loading Capacity: 15 Kg


Quantity: 1no
Approximate Size: 575mm wide x 610mm deep x 1020mm high.
Description: Stainless steel stand mounted 15 kg capacity floor standing peeling
and washing machine. The machine motor is to rotate a bottom
plate that tumbles vegetables inside a chamber with a carborundum
base peeling plate so that peel is removed with minimum wastage.
The base peeling plate is to be capable of being changed for a
washing plate as required.
Features: The machine is to be supplied complete with the following:
a. Stand: To be complete with a high pedestal stainless steel
stand suitable for sink discharge at a height of 930mm. The
stand is to be complete with a removable integral filter
basket.
b. Peeling Capacity: To have a 15 kg capacity and an hourly
output of approximately 600 kg.
c. Timer/starter switch: Timer to incorporate a contactor
starter with overload protection operated by a time control
switch. The machine is to automatically switch off at the
end of the selected peeling time.
d. Base Plates: To be complete with a carborundum base
peeling plate and a washing plate.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. The machine is to be gear driven and
virtually silent running. To incorporate:
Construction: Machine to be constructed in stainless steel and cast
alloy. To have a safety interlocked discharge door and lid. The lid is
to be positively latched. To have water entry with a built-in air-
break.
Base Plates: The base plates are to be capable of being lifted off for
cleaning or replacement.
Water Services: To be connected to a 15mm potable cold water supply using a
flexible water inlet hose connection.
Waste Services: The waste pipe must be laid to a minimum fall of at least 1:15.
Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. The peeling machine is to operate from a
0.551kW, 240volt single-phase electrical supply, with a 1HP motor.
To be installed via a 2 meter length of cable and MK Commando
socket.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. Integral Filter Basket.
2. Waste Ejector.
3. Interceptor Tank
Model: Imperial Machine Company (IMC): S12/28H with high pedestal +
S58/570, or Nilma: Pioneer K15 + Peel Ejector Unit + High Stand,
or equal and approved

© 01 International W.L.L Food Service Equipment


11400-134
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

13. ITEM 10.13: Stainless Steel Vegetable Processing Table with Splash Back, Work top
50mm High and 15/10 Thickness
Quantity: 1no
Approximate Size: 1800mm wide x 700mm deep x 900/915mm high (including rear up
stand).
Description: Stainless steel construction static preparation troughs/cutting table,
with a full width sink trough to the rear and an inset full width
40mm thick polycarbonate cutting surface to the front.
Incorporating the following:
Features: To be supplied complete with and incorporate:
a. Top: To have a 18/10 304-grade stainless steel top and
frame to provide a support for the cutting board top. With a
130mmhigh rear up stand
b. Trough: To be fitted with a full width 1350 x 300 x 200mm
deep trough to the rear suitable for soaking and washing
vegetables whilst they are in the process of preparation
c. Trough Fittings: The trough is to have a corner waste and
strainer. The trough is to be fitted with a two-section
perforated grill that locates over the top of the trough to
provide a work surface/draining surface when required.
d. Tap: The sink is to be fitted with a rear mounted cold water
filler tap with brass cross-top handle. To be chromium
plated to comply with BS-1224. To comply with water
byelaws, being WRC listed. The tap is to be fitted with top
hat washers to prevent the taps swiveling on the trough.
e. Color Coded Cutting Board: With a full width 980 x 375 x
40mm thick green (color coded for fruit and vegetable use)
polycarbonate cutting board inset into the top frame.
g. Valance Panel: The items are to be fitted with concealed
fixed 100mm deep stainless steel front and side down-
stand valance panels.
h. Under: The item is to be fitted with a 3-bar shelf under.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade
14-gauge (2mm) stainless steel top. To incorporate:
a. Top: Top reinforced and soundproofed under with a 16-
19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel securely fixed under. With
55mm bull nose section turndown to the front and a
130mmhigh fully boxed up stand with angled top profile to
all sides abutting adjacent walls. The top is to be fully
welded, without butt joints and be braced in appropriate
positions under to prevent the top from buckling or
distorting.
b. Up stand: 130mmhigh boxed and returned rear up stand,
having an angled top profile forming a 50mm apex.
c. Legs: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
d. Valance: Mounted directly under the top to the front and
sides is to be a 100mm deep stainless steel valance panel
that is concealed fixed to the underside of the trough top.

© 01 International W.L.L Food Service Equipment


11400-135
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Under: The item is to be fitted with a 3-bar shelf under,


with bars being 40 x 40mm stainless steel tube, welded to
the side frames. Shelving bars to be mounted at
approximately 250mm above finished floor level.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Other: Width to be adjusted as necessary to suit site dimensions. To be
fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Electrolux: TLV1810, Tournus or equal and approved
14. ITEM 10.14: Modular Refrigerated Counter with Built in Unit, Three Doors and
Stainless steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top, 435-510 Liter counter refrigerators
each designed to maintain food at +1O/+4OC. Having integral air
cooled compressor mounted to the facing right side and 3no
cupboard compartment with hinged doors adjacent to the
compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.
d. Compressor: With air cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket, Fan cover to be removable for
cleaning, Evaporator coils to be coated to protect against corrosive
foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor, with temperature and plant
status data transferred via a data link to the Chef’s Office and the Catering Manager’s Office.

© 01 International W.L.L Food Service Equipment


11400-136
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Accessories To be supplied complete with:
1. 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
15. ITEM 10.15: Compact Processing Scale, 15 kg
Quantity: 1no
Approximate Size: Platform: 233-310mm wide x 250-273mm deep x 142mm high.
Description: Minimum 15kg capacity free standing table
mounted scale with large, front and rear seven-segment LED
displays and to be suitable for battery operation.
Features: To each be supplied complete with and incorporate:
a. Platform: To have a shock absorbing base to provide
protection against overload and impact forces. With a
minimum 15 kg capacity with 2 gram weighing intervals
 Indicator: Battery powered weighing indicator
which reads in kg.
 Display: There is to be a back lit LCD display.
The display is to be made up of display fields for
weight values, status and scale
specific/verification-related data.
 Keypad: The indicator is to incorporate 27 key
inscribed foil keypad and have 7 freely assignable
and configurable function keys to permit direct
accessing of definable weighing functions.
 Interfaces: The terminal is to be fitted with a
serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data
exchange.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
Platform: To be in stainless steel (1.4301) with a plain flat surface.
To have corrosion resistant stainless steel load cell with 5-point
500% overload protection.
Weighing Indicator Housing: To be in stainless steel (1.4301). To
be protected to IP 68.
Electrical Services: Each scale is to be suitable for operation from a 6-VDC battery pack
that will provide 4-6 hours operation from full charge. The battery
packs are to be capable of charging from 13amp 240volt electrical
supplies.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Food Service Equipment


11400-137
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Accessories: Spare Battery Packs: The scale is to be supplied complete with 1no
additional standby battery pack.
Model: Bizerba: EC II 100+ 1no Battery Pack, or OHAUS, Model:
V21PW15 or equal and approved
16. ITEM 10.16: Table Top Vacuum Packing Machine
Quantity: 1no
Approximate Size: 550mm wide x 600mm deep x 476mm high.
Description: Stainless steel finish single chamber vacuum packaging machine
within a cabinet base with left and right seal bars. To be capable of
sealing pouches up to 466x 456 x 218mm deep, in a vacuum
Features: To be supplied complete with and incorporate:
a. Vacuum Pump: An integrated 40m3/h vacuum pump.
b. Design: Smooth flat surfaces with round corners without
any niches or edges, to facilitate easy cleaning.
c. Housing: Machine mounted in a cabinet base with stainless
steel housing, chamber lid and mechanics.
d. Automatic Progressive Ventilation: After the sealing
operation the air is to flow in very slowly at first and then
gather speed. At the start of the sealing process the film is
to rest gently on the surface of the product due to low
pressure and to allow tension adjustments to occur. This is
to permit soft products to retain their shape and to
minimise the danger of hard products puncturing the pack.
e. Sealing Unit: The machine is to be equipped with a double-
seam sealing facility whereby the pouch is sealed with two
seams; the outer seam is to also sever the excess pouch
material and give the pouch a hygienic and attractive seal.
f. Filler Plates: To be in plastic and be set to support the
pouch (es).
g. Chamber size: 466x 456 x 218mm deep.
h. Seal Length: 440mm to left and right sides. The chamber is
to be equipped with two parallel 440mm seal bars on the
left and right and which can be used simultaneously.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards including the Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC, using food grade
materials. To be designed so that the machine is capable of being
maintained with minimum tools. To incorporate a vacuum quick
stop
Construction: Machine to be constructed in stainless steel. The lid is to have a
window made from safety (mineral) glass to permit viewing of the
packaging operation. It is to be abrasion-resistant and resistant to
clouding from cleaning agents.
Controls: To have an integrated electronic control system. All settings are to
be capable of being entered by pressing push buttons on a film
keypad with an easy clean surface. To have an easy to read
fluorescent display panel that provides exact information on every
stage in the sealing process. The settings for 6 product groups are to
be capable of being stored in memory for subsequent retrieval as
required and for use by untrained personnel. When standard
products are being packaged the control system is to recognise by
itself when the maximum possible vacuum level has been achieved
and then seal the pouch automatically. The controls are to have a
waterproof protective cover.

© 01 International W.L.L Food Service Equipment


11400-138
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Services: Machine to operate from a 240volt single-phase electrical supply.


To be installed via a 2-metre length of cable and MK Commando
Quick-disconnect socket connector. All electrical connections are to
be waterproof to IP56.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: CSV20B Berkel: Single Chamber, or
Multivac UK Ltd, or equal and approved
17. ITEM 10.17: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1700X700mm
Quantity: 1no
Approximate Size: 1700x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules, Splash back rear
part completely covered by stainless steel profile, 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA21A, Tournus, Mareno or equal and
approved
18. ITEM 10.18: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg. Heavy-duty chassis, with a
welded 25mm diameter tubular frame and integral handles, 125mm
diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.

© 01 International W.L.L Food Service Equipment


11400-139
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or


equal and approved
19. ITEM 10.19: Stainless Steel Flat Top Working Table on Casters with Under Shelf, Top
Thickness 15/10-1800X700X900 mm
Quantity: 2no
Approximate Size: 1800mm wide x 700mm deep x 900mm high.
Description: 18/10 304-grade stainless steel construction mobile tables with top
turned down to all sides and under shelf
Features: To be supplied complete with and incorporate:
a. Top: Stainless steel top with 55mm bullnose turndown to
front and flat turndown to all remaining sides.
b. Under: Under is to be a base shelf and drawer.
c. Castors: Mounted on castors complete with revolving mark
proof protection buffers. Front castors fitted with brakes.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/8 304-grade 16-gauge stainless steel. To incorporate:
a. Top: 18/10 304-grade 14-gauge (2mm) stainless steel top
with a 55mm bullnose to the front and square section
turndown remaining sides. Top reinforced and
soundproofed under with a 16-19mm thick rot-proof
insulated panel finished with a stainless steel cladding
panel securely fixed under. All profile details to match
those of adjacent specially fabricated tables and sinks.
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars.
c. Under shelf: To be fitted with a base shelf with the top
turned down to all sides.
d. Drawer: 1no Gn1/1 drawer under, approximately 150mm
deep and complete with a removable Gastronorm Gn1/1
insert, with the top flanged out on all sides to rest on the
drawer housing. The drawer is to slide on heavy-duty
telescopic channels with rollers, designed so that the
drawer will not tilt when fully open. The front of the
drawer shall be stainless steel, with an integral folded
pattern drawer pull and lock. The drawer is to be fitted
with stainless steel cladding panels to both sides.
e. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.

© 01 International W.L.L Food Service Equipment


11400-140
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Tournus, Model: 464 976, Electrolux, Mareno or Equal and
approved
20. ITEM 10.20: Salad & Vegetable Drying Machine
Quantity: 1no
Approximate Size: 530mm wide x 530/867mm deep x 920/970mm high.
Description: Stainless steel stand mounted 5 kg capacity floor standing drying
machine.
Features: The machine is to be supplied complete with the following:
a. Housing: To be complete with a stainless steel outer
casing.
b. Cover: To have a polished aluminum alloy cover that is
hinged to the machine’s rear and that is fitted with a safety
limit switch.
c. Base: To be manufactured in aluminum alloy with holes
for floor fixing for stability.
d. Drum: To have a removable spring-balanced stainless steel
drum.
e. Capacity: To have a 5 kg raw vegetable capacity.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: to be manufactured to comply with the
requirements of the EC Machinery Directive 89/392/EEC for safety
and hygiene. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Construction: Machine to be constructed in stainless steel and cast alloy. To have
a safety interlocked lid. The lid is to be positively latched.
Waste Services: The waste pipe must be laid to a minimum fall of at least 1:15.
Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Control panel to be protected to a minimum
of IP44 and to incorporate a main switch and indication/warning
lights. The machine is to operate from 1.2kW, 415volt three-phase
electrical supply, with remote control motor protector. To be
installed via a 2 meter length of cable and MK Commando socket.
Serviceable Period: 2-year parts and labor.
Model: Nilma: Idrover-50, or equal and approved
21. ITEM 10.21: Self Contained Refrigerated Salads Counter W/4 Doors and Cut Out Work
Top Suitable for (4 GN1/3), Capacity: 440Liters
Quantity: 2no
Approximate Size: 1760mm wide x 700mm deep x 850mm high.
Description: Constructed from AISI 304 stainless steel throughout to meet the
highest hygiene standards, rounded internal corners for ease of
cleaning

© 01 International W.L.L Food Service Equipment


11400-141
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Worktop in AISI 304 stainless steel with a 50 mm thickness, cut-out


worktop suitable for 4GN 1/3 trays. Stainless steel lid for not
operating periods
Features: Mounted on legs with height adjustment, built-in compressor to suit
operating conditions, Suitable for use in ambient temperatures of up
to 43°C. Adjustable temperature range from –2°C to +10°C, Anti-
tilt runners accept GN1/1 containers. Electronic microprocessor
control with external digital temperature display, Forced air
circulation for rapid cooling and an even temperature distribution.
CFC and HCFC free (ecological refrigerant type: R134a,-gas in
foam: cyclopenthane). 60 mm insulation thickness for energy
saving.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: RCDR3M3OH, Friulinox or equal and approved
22. ITEM 10.22: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash,
Dimensions: 1900X400X700
Quantity: 1no
Approximate Size: 1900mm wide x 400mm deep x 700mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 1900mm wide x 400mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level. Weight and
fixing details are to be co-ordinated by the Catering Equipment
Contractor to ensure that any strengthening requirements are
incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving 1900 x 400, or Sofinor: Wall
Adjustable Shelves, or Tournus: Adjustable Wall Shelf, or equal
and approved
23. ITEM 10.23: Stainless Steel Wall Mounted Cupboard with Sliding Doors and Middle
Shelf 1600X400X600 mm
Quantity: 1no
Approximate Size: 1600mm wide x 400mm deep x 600mm high
Description: Stainless steel wall mounted cabinet with sliding doors, sloped top
and one adjustable shelf.
Features Wall cupboard units with hinged doors are completely made of 304
AISI with Scotch-Brite finishing.

© 01 International W.L.L Food Service Equipment


11400-142
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

600 mm body height is surrounded by a s/s structure.


Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthen the structure.
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and on the lower part on a
hidden runner.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TAPC16, Tournus, Mareno or equal and
approved
24. ITEM 10.24: Vegetable W.I.P Cold Room, Internal Dimensions: 1750X2500X2200
Internal Temperature:-1°C+4°C
Refer to Cold Rooms Specifications No. 11405
25. ITEM 10.25: Walk-In Ceiling Evaporator
Refer to Cold Rooms Specifications No. 11405
26. ITEM 10.26: Stainless Steel Gastronorm Slide bar Rack Trolley Capacity: 15 GN1/1
Quantity: 5no
Approximate Size: 638mm wide x 650mm deep x 1641-1785mm high.
Description: Stainless steel mobile carts, accommodating 15 Gastronorm 1/1
containers.
Features: To be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 17-18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 75-80mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: To be approved to NF Food Hygiene Standard. Manufactured all in
stainless steel (18/10-grade minimum). Frame space to allow
loading via 325mm container face.

© 01 International W.L.L Food Service Equipment


11400-143
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Serviceable Period: 2-year parts and labor.


Accessories: Each cart is to be supplied complete with:
12no Gn1/1 x 150mm deep polycarbonate containers.
12no Gn1/1 x 100mm deep polycarbonate containers.
12no perforated Gn1/1 polycarbonate draining plates.
18no Gn1/1 polycarbonate lids.
Model: Blanco: RWR 160 (569848) + Containers + Special Castors, or
Hupfer: RWG/18L + Containers + Special Castors, or
Tournus: Gn1/1 Trolley (804 206) + Containers+ Special Castors,
or equal and approved
27. ITEM 10.27: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.011 AREA 11.0: BAKERY AND PASTRY AREA
1. ITEM 11.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved

© 01 International W.L.L Food Service Equipment


11400-144
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. ITEM 11.02: Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
3. ITEM 11.03: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
4. ITEM 11.04: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthens the structure.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and o n the lower part on a
hidden runner
All edges should be smooth to avoid any safety problem with daily
use.
45° degrees internal side corners junction system and internal
middle-shelf, height-adjustable in
3 positions, with an inner double fold to eliminate gaps between
sides and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
5. ITEM 11.05: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath.

© 01 International W.L.L Food Service Equipment


11400-145
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

100 mm boxed heavy duty splash back with a 45° degree top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
6. ITEM 11.06: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
7. ITEM 11.07: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1400X700mm
Quantity: 1no
Approximate Size: 1400x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.

© 01 International W.L.L Food Service Equipment


11400-146
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved
8. ITEM 11.08: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash,
Dimensions: 1400X390X700
Quantity: 1no
Approximate Size: 1400mm wide x 390mm deep x 700-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 1400mm wide x 390mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving 1400 x 390, or Sofinor: Wall
Adjustable Shelves, or Tournus: Adjustable Wall Shelf, or equal
and approved
9. ITEM 11.09: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
10. ITEM 11.10: Heavy Duty Polyethylene Dunnage Rack
Quantity: 1no
Approximate Size: 1525mm wide x 550mm deep x 305high.
Description: High Density Polyethylene (HDPE) heavy duty pallets, having 4
ways entry - 2 open and 2 boxed.
Manufacturing Detail: Pallets are to be capable of storing a static 7500 Kg load, a dynamic
1500 Kg load and a 1200 Kg stacked load. They are to have an all-
round smooth surface and be supplied in a blue color.
Model: Mailbox: A4AF (Blue), Metro: HP2260PD or equal and approved

© 01 International W.L.L Food Service Equipment


11400-147
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

11. ITEM 11.11: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash
Dimensions: 2000X390X700 mm
Quantity: 1no
Approximate Size: 2000mm wide x 390mm deep x 700-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 2000mm wide x 390mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving, or Sofinor: Wall Adjustable
Shelves, or Tournus: Adjustable Wall Shelf, or equal and approved
12. ITEM 11.12: Polypropylene Mobile Ingredient Bin with Sliding Lid And Scoop Capacity:
99Liters, Dimensions: 750X395X710 mm
Quantity: 12no
Approximate Size: 395mm wide x 750mm deep x 710mm high.
Description: Beige or white color mobile ingredient containers mounted on 4no
100mm  swivel castors. Each container is to have a 50 kg
capacity.
Manufacturing Detail: Bins to be in moulded polypropylene, in a medium density
thermoplastic that is resistant to impact and suitable for wide
temperature use. To be a food grade material that is moisture
resistant and inert to most chemicals. To have an easy clean finish
with rounded corners and removable polycarbonate lids
Accessories: Each bin is to be supplied in a beige color with a polycarbonate
hinged lid.
Model: Hygiplas: MAXIBIN Beige, or RUBBERMAID, Model: FG360288
or Equal and approved
13. ITEM 11.13: Wood Top Baker Table on Stainless Steel Open Base, Coved Risers
Dimensions: 2134X915X902 mm
Quantity: 1no
Approximate Size: 2134mm wide x 915mm deep x 902/1040mm high.
Description: 18/10 304-grade stainless steel construction static preparation table
open under to accept ingredient bins.

© 01 International W.L.L Food Service Equipment


11400-148
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Top:Laminated 1-3/4” thick hard maple with 4” coved
corner risers and reinforced with steel rods.
b. Under: Under is to be open to accept ingredient bins.
c. Legs: Mounted on 180mm high adjustable legs.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade,
To incorporate:
a. Top: Laminated 1-3/4” thick hard maple with 4” coved
corner risers and reinforced with steel rods.
b. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
c. Under: To be open under, with tie bars to the sides and rear
only.
Model: ADVANCE TABCO, Model: TBS367 or Equal and approved
14. ITEM 11.14: Stainless Steel Mobile Equipment Table Dimensions: 610X762X710mm
Quantity: 1no
Approximate Size: 650mm wide x 750mm deep x 585/1040mm high (including rear
upstand).
Description: Stainless steel construction mobile low level stand for mixing
machine.
Features: To be supplied complete with and incorporate:
a. Top: Stainless steel top mounted at 585mm above finished
floor level, reinforced to accommodate the weight of the
mixing machine. With 55mm bull nose turndown to front,
flat turndown to sides and 445mm high rear up stand,
boxed-in to rear and with angled top profile forming a
50mm apex to match adjacent tables.
b. Attachment Drawer: Mixer attachment drawer under,
approximately 355mm high, with removable liner.
c. Castors: Mounted on castors to the rear, complete with
revolving mark proof protection buffers. Front castors
fitted with brakes.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/8 304-grade 16-gauge stainless steel. To incorporate:
a. Top: 18/8 304-grade 16-gauge stainless steel top with a
55mm bullnose to the front and square section turndown
both sides. Top to be reinforced to accommodate weight of
mincing machine proposed over. Top reinforced and
soundproofed with a 16-19mm thick rot-proof insulated
panel finished with a stainless steel cladding panel securely
fixed under. All profile details to match those of adjacent
specially fabricated tables and sinks.
b. Frame: Unit mounted on 38mm stainless steel frame/legs.
With paneled sides and rear, forming drawer enclosure
under top

© 01 International W.L.L Food Service Equipment


11400-149
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Legs/Castors: Mounted on adjustable bullet feet at the front


and 125mm diameter polyurethane castors to the rear,
securely fixed to framing. The castors are to be stem type,
to suit 38mm frames, 125mm diameter, non-marking
heavy-duty type, of Tente International manufacture, or
equal and approved, secured by double tapered screws
fixed to framing.
d. Drawer: To be mounted on extra heavy-duty drawer
runners and have a removable liner. Housing to be made of
all stainless steel channels welded at ends and to front.
With stainless steel drawer front and integral folded pattern
drawer pull.
Model: Advance Tabco, Model:AG-MP-30, Tournus or equal and approved
15. ITEM 11.15: Automatic Weighing Scale, ASE Type Head With Stainless Steel Pan,
Capacity: 30 Kg
Quantity: 1no
Approximate Size: 250mm wide x 430mm deep x 710mm high.
Description: 18/8 Stainless steel construction and pan.
Features: Vey heavy duty weighing scale and should be suitable for kitchen
and industry use. Fast locking control and head from 3 up to 5 turn
with double reading,
Capacity: 30kg, div. 10 g
Model: Spec, Model: P-NEW 30, Eurotmec or equal and approved
16. ITEM 11.16: Flower Sieve, Capacity: 100 Kg in 5 minutes
Quantity: 1no
Approximate Size: 1000mm wide x 700mm deep x 1360mm high.
Description: Construct form white paint steel and mounted on wheels with
locking device and equipped with revolving delivery system.
Capacity: Sifting capacity: 100 kg flower in 5 minutes
Model: MAC.PAN: Model: MSF100 or equal and approved
17. ITEM 11.17: Two Speed Spiral Mixer With Reversible Bowl Motion - Capacity: 80 Kg
Dough
Quantity: 1no
Approximate Size: 550-740mm wide x 1000-1200mm deep x 1265-1480mm high.
Description: 80Kg dough capacity (32-42 kg flour capacity) spiral kneading
machine with heavy duty stainless steel fixed bowl and spiral arm.
Features: Supplied with standard attachments and controls. To include:
4.5kW power input.
Arm speed of 95-190 rpm.
Bowl speed of 7.5-15 rpm.
With reverse bowl rotation at low speed rotation..
Food-grade epoxy coated frame with head cover in thermoformed
ABS material.
Mounted on castors.
Stainless steel safety grid, spiral, dividing blade and bowl.
Electronic control panel with high resistant luminous high visibility
membrane keypad.
Programmable mixing time in first and second speed.
Fitted with two motors; one for the bowl and one for the spiral.

© 01 International W.L.L Food Service Equipment


11400-150
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Bowl and spiral transmission by belts.


Two arm speeds.
Automatic and variable cycles with 9 programmable cycles.
Electronic parts protected to IP 55.
Manufacturing Detail: To be CE and NF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: To be manufactured to comply with the
requirements of the EC Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC for safety and hygiene.
Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Mixer to operate from a 2.75 kW, 415volt
three-phase motor, supplied with a two-metre length of cable and a
quick-disconnect socket connector. With all controls mounted in
front face of the machine. To have No-volt release and emergency
stop button.
Serviceable Period: 2-year parts and labour.
Model: Hobart: HF 80, or Hunt: Magic Line 80, or GLIMEK: Model: SM-
80MAG, or Equal and approved
18. ITEM 11.18: Water Doser Mixer with Digital Key board Water Delivery 50 Liter
Quantity: 1no
Approximate Size: 300mm wide x 280mm deep x 400mm high.
Description: Electronic water dosing meter with electronic batch control and
electronic memory indicating quantities and temperature with easily
visible illuminated digits.
Features: Supplied to the following specification:
a. Capacity: 0.1-99.9 liters
b. Adjustability: Adjustable to 0.1 liters.
c. Dispensing Speed: 15-20 l/min.
d. Water Temperature Display: 1OC
Manufacturing Detail: To be CE and NF approved.
Electrical Supply: Meter to operate from a 240 volt single-phase electrical supply.
Water Services: To be connected to an incoming sterile cold and hot water supplies.
Serviceable Period: 2-year parts and labor.
Optional Items: To be supplied complete with a 2-metre length of food grade water
hose and wall mounted hose support.
Model: IMA Food Equipment: EUR92/D, or Mono: Water Tempering &
Measuring Meter Or GLIMEK: Model: WM-2000 WATER
METER equal and approved
19. ITEM 11.19: Wall Mounted Water Cooler, Tank Capacity: 100 Liters Production: 50
Liters per hour
Quantity: 1no
Approximate Size: 1300mm wide x 555mm deep x 555mm high.
Description: Construction in stainless steel, 60 mm polyurethane insulation
injected at 45 Kg/m² removable top, Production: 50 liters/hour,
Refrigerating capacity: 9°C/hour, Water temperature: 3°C, Stainless
steel body and vat, Independent refrigerating unit, Cooling gas:
R404A, Stainless steel coil, Electronic control panel, Gravitation
system
Model: CAPLAIN: REA 100 or equal and approved

© 01 International W.L.L Food Service Equipment


11400-151
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

20. ITEM 11.20: Stainless Steel Sink Unit with One Basin 500X500X300 mm and Up- stand
100mm. Dimensions: 700X700X900mm
Quantity: 1no
Approximate Size: 700mm wide x 700mm deep x 900/910mm high (including rear up
stand).
Description: Stainless steel single bowl sink unit.
Features: To be supplied complete with and incorporate:
a. Top: 304-grade stainless steel top, with special 100mm
high rear up stand to all sides abutting the adjacent walls.
With a 55mm bull nose turndown to front.
b. Sink Bowls: one no size 500 x 500 x 300mm deep bowls
inset into top.
c. Sink Waste Fittings: Bowls to each be fitted with an
integral lever action gate valve waste outlet complete with
strainer and overflow outlet fitted within the sink bowl.
d. Taps: To be fitted with 2no wall type ¾” (22mm) sink
mixer taps. The taps are to be mounted to the rear of each
sink bowl in suitable positions from the rear up stand and
have 300-470mm dual flow telescopic spouts. The taps are
to be Delabie, model G6681, or equal, supplied complete
with M3/4” S unions to adjust centers to 150mm (856-
027.2P).
e. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and sides of the sink
section.
f. Under: The item is to be open under.
g. Sealant: Up stand to be silicone sealed to adjacent wall.
H Stainless steel tube under frame Ø45 mm with adjustable
feet, 80 mm indent at rear
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Model: TOURNUS, Model: 816 670 or Electrolux equal and approved
21. ITEM 11.21: Variable Speed Planetary Mixer with Stainless Steel 80 Liters Bowl, Wire
whip and Dough Hook and Alloy flat beater
Quantity: 1no
Approximate Size: 700mm wide x 1054mm deep x 1420mm high.
Description: 80 Liter capacity planetary mixing machine with attachments, 15-
minute timer, four positive speeds and optional power bowl lift.
Features: Supplied with standard 80 Liter attachments and mixing tools,
optional power bowl lift and removable safety guard. Tools to
include:
a. Bowl: Stainless steel 80 Liter bowl.
b. Beater: 80 Liter Beater (aluminum).
c. Whip: 80 Liter Whip (aluminum).
d. Hook: 80 Liter ‘ED’ Spiral Hook (aluminum).
e. No volt release switch.
Manufacturing Detail: To be CE and/or NSF approved. To be oil free planetary mixer
complete with 4-speed variable drive motor. To have an integral
bowl guard which is linked to the bowl lifting mechanism and
which operates automatically, lowering as the bowl is raised into
position. The body of the machine is to be finished in non-toxic
polyurethane, with all paint free surfaces in stainless steel or
corrosion resistant aluminium alloy and minimal external fixings
and joints.

© 01 International W.L.L Food Service Equipment


11400-152
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

With cast steel planetary housing, bowl support and cradle. To have
steel and nylon gears running in a stainless steel beater shaft.
Electrical Supply: Mixer to operate from a 3KW, 415volt three-phase motor, supplied
with a two-meter length of cable and a quick-disconnect socket
connector. With all controls mounted in front face of the machine.
To have No-volt release and emergency stop button.
Serviceable Period: 2-year parts and labor.
Optional Items: To be supplied complete with the following additional attachments:
1. Power Bowl Lift: Option to be integral to mixer.
2. Bowl: 1no additional stainless steel 80 Liter bowl.
2. Bowl Trucks: 2no Bowl Trucks.
3. Pastry Knife: 80 Liter ‘PK’ Pastry Knife.
4. Bowl Adaptor: Adaptor for 40L attachments.
5. 40 Liter Bowl: 1no stainless steel 40 Liter bowl.
6. 40 Liter Beater: 40 Liter ‘B’ Beater.
7. 40 Liter Whip: 40 Liter Whip (aluminum).
8. 40 Liter Hook: 40 Liter ‘M’ hook.
Model: Hobart: H800-F3PE + Attachments, VARIMIXER: Model: W 80A
or equal and approved
22. ITEM 11.22: Wood Top Baker Table On Stainless Steel Frame, Under Shelf and Coved
Risers Dimensions: 1525X915X902 mm
Quantity: 1no
Approximate Size: 1525mm wide x 915mm deep x 902/1040mm high.
Description: 18/10 304-grade stainless steel construction static preparation table
with stainless steel under shelf
Features: To be supplied complete with and incorporate:
a. Top: Laminated 1-3/4” thick hard maple with 4” coved
corner risers and reinforced with steel rods.
b. Under: stainless steel under shelf.
c. Legs: Mounted on 180mm high adjustable legs.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade,
To incorporate:
a. Top: Laminated 1-3/4” thick hard maple with 4” coved
corner risers and reinforced with steel rods.
b. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
c. Under: To be under shelf, with tie bars to the sides , rear
and front.
Model: ADVANCE TABCO, Model: BS365 or Equal and approved
23. ITEM 11.23: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash and
Racks Dimensions: 1525X390X700 mm
Quantity: 1no
Approximate Size: 1525mm wide x 390mm deep x 700-800mm high.

© 01 International W.L.L Food Service Equipment


11400-153
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Two-tier adjustable height stainless steel wall shelving system.


Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 1525mm wide x 390mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving 1400 x 390, or Sofinor: Wall
Adjustable Shelves, or Tournus: Adjustable Wall Shelf, or equal
and approved
24. ITEM 11.24: Automatic Bun Divider & Rounder, Capacity: 36 Divisions 25-85 grams
and Provide with hygienic Moulding Plates
Quantity: 1no
Approximate Size: 620mm wide x 620mm deep x 1127/1600mm high.
Description: Hydraulic dough divider spiral mounted in a mobile stainless steel
cabinet.
Features: To incorporate the following features:
Dividing Capacity: capable of dividing dough into 36pieces.
Weight of Dough Pieces: 12 gram minimum. 260gram maximum.
Vat Shape: Round.
Dough Compression and Cutting Settings: Adjustable between 36 to
42 bar.
Head: In techno Polymer.
Cabinet: Having stainless steel enclosure panels.
Castors: Mounted on 100mm diameter polymer castors. Two with
brakes.
Manufacturing Detail: To be CE and NF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: To be manufactured to comply with the
requirements of the EC Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC for safety and hygiene.
Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Dough divider to operate from a 1.3 kW
415volt three-phase electrical supply. To have No-volt release and
emergency stop button. Supplied complete with a two-meter length
of cable and a quick-disconnect socket connector. With all controls
mounted in front face of the machine. To have No-volt release and
emergency stop button.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Food Service Equipment


11400-154
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: GLIMEK: Model: BDA-3/36-2, or Mono: SPA A + Accessories, or


equal and approved
25. ITEM 11.25: Self Standing Baguette Moulding Machine, Stainless Steel Support Frame
With Four Wheels- Capacities: 1200 Pecs/h
Quantity: 1no
Approximate Size: 960mm wide x 685/737mm deep x 685/1560mm high.
Description: Universal moulding machine designed for bakery and pastry
applications. To incorporate an oblique moulder to allow the
sheeting and moulding of dough into a baguette, large or small long
loaves, replacing manual moulding.
Features: To incorporate the following features:
a. Capacity: Capable of moulding 1200 baguettes per hour or
1000 loaves per hour.
b. Frame: To be composed of 2no stainless steel sides linked
by metallic braces.
c. Control Housings: To have housing to the left side that
houses the movement devices and a secondary housing to
the right side that contains the setting mechanism of the
different functions.
d. Sheeting Unit: To comprise of 2no food safe plastic
cylinders that is fixed on tight ball bearings with a third
cylinder that aligns the dough piece.
e. Scrapers: To have food safe scrapers that permanently
clean the cylinders and which are removable for cleaning.
f. Centralising Spout: Dough pieces are to be capable of
being fed into the machine via a centre spout. To be fitted
with a safety device such that the machine will not operate
of the spout is not in position.
g. Dough rollers: To comprise of metallic bars and a food
safe synthetic felt bed.
h. Stand: Having a stainless steel tubular frame.
i. Castors: Mounted on 100mm diameter polymer castors.
Two with brakes.
Manufacturing Detail: To be CE and NF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. Safety: To be manufactured to comply with the
requirements of the EC Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC for safety and hygiene.
Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Dough divider to operate from a 1.10 kW
415volt three-phase electrical supply. To have No-volt release and
emergency stop button. Supplied complete with a two-meter length
of cable and a quick-disconnect socket connector. With all controls
mounted in front face of the machine. To have No-volt release and
emergency stop button.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
Optional stainless steel stand.
Model: GLIMEK: Model: BM1+ Accessories, or Bongard: Major Alpha +
Accessories, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-155
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

26. ITEM 11.26: Stainless Steel Tray Rack/Tray Size: 18-600X800MM


Quantity: 6no
Approximate Size: 646-664mm wide x 739-744mm deep x 1641-1687mm high.
Description: Stainless steel inter-stacking mobile carts, each accommodating 18
Trays 600X800mm. Framing to be set to permit empty trolleys to
slide into each other for space saving storage.
Features: Each cart to be supplied completes with and incorporates:
a. Framing/Runners: Stainless steel 25mm square section
framing with 18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 73-75mm spacing. Runners have
integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel. washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: Manufactured all in stainless steel (18/10-grade minimum). Frame
space to allow loading via 600 tray face to permit storage of
600X400 or 600x 800
Serviceable Period: 2-year parts and labor.
Model: Hupfer: RWG/ 20B + Shelves + Special Castors, or Tournus: 814
306 Trolley + Shelves + Special Castors, or equal and approved
27. ITEM 11.27: Stainless Steel Mobile Bain Marie with Two GN 1/1 -200mm Containers
Equipped With Foil Heating Technology
Quantity: 1no
Approximate Size: 1185-1276mm wide x 678-714+265-280mm deep x 900-933mm
high.
Description: Gn2/1 Gastronorm mobile heated bain maries with hinged plating
shelves on the long side.
Features: Each mobile bain marie is to incorporate:
a. Capacity: To have 2no individually controlled Gn1/1 size
bain marie wells. Each well is to have a capacity for Gn1/1
containers (or sub-divisions thereof) to a maximum depth
of 200mm. To be capable of being used with wet or dry
heat.

© 01 International W.L.L Food Service Equipment


11400-156
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Temperature Range: Suitable for use within a temperature


range between + 30OC and +90OC.
d. Heating: Having internal heating with on/off switch and
thermostatic controls on the end face of the unit.
e. Controls: To have solid state digital controls.
f. Under: To be mounted on a mobile frame and that is open
under and fitted with a base shelf.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To be manufactured in 18/10 stainless steel
with a double-walled construction with 20mm mineral fibre
insulating cladding.
Food serving trolley made from stainless steel. Seamlessly welded,
completely isolated warming wells, each separately wet or dry
heatable and adjustable; to receive two containers GN 1/1 – 200 and
its subdivisions. Deep-drawn level indicator.
Draining without any residues due to a special inclination of the
bottom of the well. Easy recognition of the open respectively shut
condition of the drain taps, protected against unintended opening.
Heating by means of tube frame heating made from stainless steel.
Classification of the temperature control units to the wells by means
of the stamped numbering. Operation by means of ON/OFF switch
with integrated control lamp. Infinitely adjustable and
ergonomically shaped temperature control units at the long side,
easily visible from a distance. Flexible spiral cable of constant
shape with angular socket and additional socket holder. Easy
handling due to the well-chosen position of the cable at the opposite
of the operating side.
Operating and display elements protected by a plastic strip, also
used as handhold. 4 castors with disc bumpers as protection against
collision.
Lower frame structure, 25 mm x 25 mm, fully welded, for bottom
shelf. 2 swivel castors with total clamps and 2 fixed castors for
heavy loads. Castors made from corrosion resistant and
maintenance-free plastic with precision ball bearing, Ø 125 mm,
according to DIN 18867 part 8.
Accessories: Each bain marie is to be supplied with:
1. 3no 200mm deep stainless steel Gn1/3 Gastronorm
containers.
2. 2no 200mm deep stainless steel Gn1/2 Gastronorm
containers.
3. 1no 150mm deep stainless steel Gn1/1 Gastronorm
containers.
4. 3no stainless steel Gn1/3 Gastronorm lids.
5. 2no stainless steel Gn1/2 Gastronorm lids.
6. 1no stainless steel Gn1/1 Gastronorm lid.
Model: Blanco: SAW 2-AA + containers, or Hupfer: SPA/EB-2LS + under
shelf + containers, or Rieber: ZUB-2-GL + container or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-157
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

28. ITEM 11.28: Stainless Steel Working Table on Casters with Granite Top and Equipped
With Under Shelf and Set of Shelves
Quantity: 1no
Approximate Size: 2500mm wide x 800mm deep x 900mm high.
Description: 18/10304-grade stainless steel construction static counter with
marble top.
Features: The item is to incorporate:
a. Top: Stainless steel base to top, fitted with a polished
30mm thick slab marble top forming a continuous flat
surface, with built-up front and side leading faces to give
55mm thick appearance, with a bull nose edge finish.
b. Under: One side is to be under shelf and the opposite side
is to be fitted with a part base shelf and set of shelves to
accommodate trays 600X800mm.
c. Legs: Mounted on heavy duty casters with all shelves and
cabinets mounted with the underside at 200mm above
finished floor level.
Manufacturing Detail: Manufactured all in 18/10 304-grade 16-gauge stainless steel. To
incorporate:
a. Top: 18/10 304-grade 14-gauge (2mm) stainless steel top
base forming support for 20mm thick marble. The marble
shall be mounted onto an MDF moisture resistant structure
and be fixed to the base with a heavy-duty heat resistant
adhesive and finished with a suitable heat resistant epoxy
grout to match the color of the marble. The marble joints
are to be arranged in a configuration that minimizes the
requirement for joints or cuts and which maintains setting
out continuity across the top. The marble is to be built up
to all faces to give a 55mm thick appearance and have a
55mm bull nose. The top is to be reinforced as necessary to
support the weight of the marble.
b. Frame: Unit mounted on 38mm stainless steel frame/legs,
with 25mm tie bars.
c. Counter Paneling: All visible sections and any voids are to
be paneled in 304-grade stainless steel.
d. Under shelf: One side of the counter is to be fitted with a
600mm deep bay that is fitted with a base shelf and
adjustable height intermediate shelf.
e. Bank of Trays: Each shelf is to be complete with a 150mm
deep removable trays insert, with the top flanged out on all
sides to rest on the drawer housing. The drawers are to
slide on heavy-duty telescopic channels with rollers,
designed so that the drawers will not tilt when fully open.
The front of each drawer shall be stainless steel, with an
integral folded pattern drawer pull. The bank of drawers is
to be fitted with stainless steel cladding panels to both
sides and be located to the right end of the counter adjacent
to the shelving bay.
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator

© 01 International W.L.L Food Service Equipment


11400-158
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

29. ITEM 11.29: Stainless Steel Cell Internally and Externally Retarder Prover, Capacity:
Two Trolley Tray Size 600X800 mm
Quantity: 1no
Approximate Size: 2005mm wide x 1533mm deep x 2655mm high.
Description: Double-doors roll-in refrigerated retarder proving cabinet designed
to maintain -5O/+3OC under retarding conditions and +38O/+40OC
under proving conditions. With integral top mounted compressor,
Trays 600X800mm size storage section under and stainless steel
door.
Features: Incorporating:
a. Construction/Finish: Of modular panel construction,
finished with a stainless steel exterior and interior and with
a 15mm insulated floor.
b. Capacity: Capable of accommodating 2no Trolleys Trays
600X800 dimension trolley.
c. Doors: To be complete with 2no right hand hinged
lockable door, with removable magnetic gasket and
integral, flush handle. Door to be self-closing with dwell at
90O
d. Compressor: Integral top mounted removable forced air
refrigeration system which operates using R134a
refrigerant gas and which meets ISO climate Class 5,
operating up to +43O C ambient. With automatic off-cycle
electric defrost and vaporizer system.
e. Controls: With Dough master computerized menu panel
mounted in door.
Manufacturing Detail: To be to current European standards, be CE and/or NSF approved
and designed to ISO 9001 standards, using CFC free polyurethane
insulation and refrigerant. Technical elements and manufacturing
details are to comply with all currently applicable hygiene and
safety standards. To incorporate:
Construction: To be of modular construction, assembled on site
within the proposed location of the item, formed from90mm
insulated panels that are locked together with cam operated locks.
Finish: Cabinet to have a stainless steel exterior (minimum grade
430) and interior. Doors to be self-closing, with dwell at 90O. Door
exterior to have integral, flush door handles.
Fan: Fan cover is to be removable for cleaning and evaporator coil
is to be coated to provide protection against corrosive foods. Fan to
automatically cut-out when the doors are open.
Control Panel: With a high level, flush finish, touch pad operated digital control
panel with self diagnostic temperature controller. Panel to be
waterproof and incorporate LED digital temperature status display,
Hi-Lo Alarm, Defrost Indicator and Compressor Running Indicator.
To have fail safe run facility. Panel to be water resistant and
incorporate temperature and humidity control switches. With LED
digital display of both temperature and humidity
Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 240volt 13amp electrical
supply and be supplied complete with 3-pin socket and helicoil
mains lead.

© 01 International W.L.L Food Service Equipment


11400-159
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Water Services: To be capable of being filled manually via a water reservoir.


Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. Ramp to base into cabinet.
2. Dough master computerized menu panel.
Model: REVENT, Model: 7222+ Accessories, or Mono. Model:
RMB2/1/18U or Bongard, BFC600X800 or equal and approved
30. ITEM 11.30: Electric Deck Oven -Three Decks High Crown, With Oven Top, Bottom,
Base, Casters and Steam Generators
Quantity: 1no
Approximate Size: 1930mm wide x 1040mm deep x 1872mm high.
Description: All stainless steel finish floor-standing heavy-duty three-deck oven,
decks each having ‘high crown’ 220mm high access clearance.
Being electrically heated with three separately controlled decks and
optional steam injection system to each deck. Oven mounted on
stainless steel finish mobile base.
Features: Oven to include the following features:
a. Decks: 3no High-crown decks, each 1265mm wide x
820mm deep, each capable of accommodating 2no
600x800mm baking sheets. Each deck having a 1.04m2
baking surface.
b. Clearance: 220mm clearance under open door.
c. Deck Mounting: Stainless steel decks flush stacked one on
top of the other on top of a mobile base.
d. Baking Deck Plate: 2mm thick steel baking sole.
e. Deck Controls: Separate regulation of the top, bottom and
front heat, with each deck independently controlled.
f. Timer: Baking timer for 2-55 minutes with distinct audio
and visual signals which the bake is ready.
g. Damper: Damper control to the right side of the oven
beside the control panel.
h. Control Panel: Each deck is to have a digital instrument
panel that is set at an angle to the workplace. Each oven
deck is to be individually regulated with separate settings
for the top, bottom and front heat.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards. Each oven is to include:
a. Oven Chamber: To have a 1.25mm thick steel plate to the
oven chamber bottom frame that is reinforced with heavy
duty profiles. Each oven chamber is to be insulated with
120mm thick rock wool that is sufficiently efficient to keep
the exterior cool.
b. Lights: To have a built-in halogen lamp in each deck to
ensure effective work lighting.
c. Doors: To have precision-built oven doors that have a
tempered glass window/viewing panel and easy-to-grip
handles. The damping mechanism is to operate using
compression springs gives the door a smooth action and
the doors are to be set at an angle to the oven. When the
doors are opened they are to slide up into the oven
chamber.

© 01 International W.L.L Food Service Equipment


11400-160
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Elements: The front heat is to be generated by ceramic


elements that provide rapid heat, an even distribution of
heat over the entire width of the oven. They are to be easily
accessible from the front and from the right hand side from
the oven.
Services Connections: Connected to services routed to the rear using quick-disconnect
hoses and electrical cables (supplied by the Catering Equipment
Contractor) as necessary. All to be complete with restraining
devices. Cables to be suitable for high temperature applications
Water Services: To be connected to a drinking water supply that is routed via a
water treatment device.
Electrical Supply: Oven connected to services routed to ‘Quick Disconnect’ 415volt
socket connectors. Cables to be suitable for high temperature
applications. Each deck is to be rated at 7 kW, with an additional
2kW per deck for the steam generation system. Oven to operate
from a maximum 27.0kW 415volt three phase and neutral electrical
supply
Serviceable Period: 2-year parts and labor.
Other: The item is to be fully installed, tested and commissioned by the
Catering Equipment Contractor.
Accessories: To be supplied complete with:
1. Steam Generators: Each deck to have a steam generator,
rated at 2kW per deck.
2. Control Panels: Each deck is to be fitted with a digital
control panel, touchpad operated with storage of up to 99
pre-programmed cooking cycles. Control panel is to
control the damper by a motor
3. Mobile Stand: Oven to be mounted on 400mm high legs
with 135mm diameter castors.
4. Pull-out Shelf: the stand is to be fitted with a pull out
resting shelf/ledge.
Model: Sveba Dahlen: Classic, DC-3 (3High Crowns +3 Steam Generators
+ Digital Controls), or REVENT, Model: 3XDECK
HC+TOP+BOTTOM or equal and approved
31. ITEM 11.31: Electric Heated 8-Levels Revolving Bakery Oven on Stand
Quantity: 1no
Approximate Size: 1070/900mm wide x 1484/953mm deep x 2500/2430mm high.
Description: All stainless steel finish floor-standing heavy-duty Rotating rack
oven, electric heated, capacity: 8-10 Trays 400x600mm, with built
in steam generator and condensate canopy
Features: Oven to include the following features:
Decks: 3no High-crown decks, each 1265mm wide x 820mm deep,
each capable of accommodating 2no 600x800mm baking sheets.
Each deck
Features: Oven to include the following features
1- Construction entirely from stainless steel
2- Rotating rack oven , 10 trays 400x600mm
3- Built in steam generator
4- Condensation canopy

© 01 International W.L.L Food Service Equipment


11400-161
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5- E. Panel for both programmed and manual baking


6- Storage cabinet with two doors and stainless steel shelves
7- Electric heated , power: 23/27 KW , Volt 415, three phase
Model REVENT, Model: 739, or SVEBA DAHLEN, S300 or equal or
approved
32. ITEM 11.32: Dough Sheeting Machine with Croissant Cutting Machine, Flower Catch
trays
Quantity: 1no
Approximate Size: 1240/2900mm wide x 740/1072mm deep x 915/1330mm high.
Description: 600mm wide conveyorised pastry brake/dough sheeter mounted on
a mobile A-frame stand. With positively driven in-feed and
discharge conveyors, hand setting for the roller gap and quick
release scrappers for cleaning.
Features: Supplied complete with the following:
a. Conveyor Belt Width: 605mm.
b. Table Width: 620mm.
c. Table Length Overall: 2420mm.
d. Roller Length: 633mm.
e. Roller Gap: 0.5-30mm.
f. Speed of Discharge Conveyor: 50cm/sec.
g. Roller Guards: Idler roller guards on each end of the
conveyor, both protected by finger guards.
h. Scrapers: Easily removed scrapers.
i. Flour Catching Pans: Catching pans located under the
conveyors for collecting dusting flour.
j. Dough Catching Pans: Stainless steel catching pans at each
end of the conveyor for collecting dough.
k. Belt: Washable cotton conveyor belt.
l. Conveyors to be capable of being raised when not in use.
m. Base: Machine to be supplied mounted on a mobile painted
A-frame base.
n. Hopper: 4 kg capacity flour hopper for dusting.
Manufacturing Detail: To be CE and/or NSF approved. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards. To incorporate:
Safety: To be manufactured to comply with the requirements of the
EC Machine Safety Directive 89/392/EEC as amended by
91/368/EEC and 93/44/EEC for safety and hygiene.
Roller Adjustment: The rollers are to be capable of being adjusted
using a pistol grip, with an infinitely adjustable roller gap. To have
four pre-set roller reduction rates plus a manual facility. To be
capable of accepting 30mm high dough billets.
Controls: Machine to have two start buttons and a stop facility that
is operated by lifting on of the safety guards. After a ‘stop’ the
machine must be positively restarted.
Drive Mechanism: To have a drive relationship between the in-feed
and discharge conveyors to prevent overfeeding, shrinking or
tearing of the dough sheets. The in-feed conveyor is to reduce in
speed as the sheeting rollers are reduced to provide an even tension
preventing shrinkage or tearing of the dough sheet.

© 01 International W.L.L Food Service Equipment


11400-162
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To have No-volt release and emergency stop
button. Pastry brake to operate from a 1.0 kW, 415volt three-phase
motor, supplied with a two-meter length of cable and a quick-
disconnect socket connector. All electrical connections are to be
waterproof to IP56.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with the following additional attachments:
1. Catch Trays: Optional dough catch trays are to be mounted
under the conveyors.
Model: Rondo Doge: Ecomat SSO 6404, or Rollmati, Euro Star or equal
and approved
33. ITEM 11.33: Self Contained Bakery Reach-In Refrigerator Capacity: 40 Trays
(60X40mm), Temperature +1°C+4°C
Quantity: 1no
Approximate Size: 1440mm wide x 916mm deep x 2066mm high.
Description: Bakery and pastry self contained refrigerator, 40 trays 400x600mm
Features: Description: Bakery Pro Double Section Cabinet (High temp),
External Dimensions: 1440mm x 916mm x 2100mm (w x d x h),
60mm all-round insulation,
Net storage capacity: 40 trays 400x600mm,
The unit is designed to operate between +1 /+4°C in a maximum
ambient of 43ºC (Exceeding ISO Climate Class 5),
Refrigerant: R134a
Top mounted refrigeration system, incorporating Circular fan
assisted cooling and full length internal air duct, providing even
temperature distribution and maximum efficiency.
Automatic hot-gas defrost system Intelligent controller
automatically optimizing the performance of the refrigerator while
maximizing energy savings.
Exterior & Interior finish:304 stainless steel
Interior base finish: Coved 304 stainless steel
The unit will come complete with:
40 pairs for tray slides
Lockable swivel castors with polyurethane tires, which will not
mark floors
Energy efficient self-closing doors with durable steel hinges and
dwell position beyond 90°
Removable impact thermal breaks to maintain temperature
difference
Patented fully floating lock keep
Door operated magnetic fan cut-out switch to minimize energy.
Coved interiors and removable racking for ease of cleaning
Compact removable plug type refrigeration system with lid for easy
service access, Electrical supply required: 230v/ 1ph / 50Hz
Model: FOSTER, Model: PRO 40BSR or FRIULINOX or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-163
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

34. ITEM 11.34: Self Contained Bakery Reach-In Freezer Capacity: 40 Tray (60X40mm),
Temperature -18°C-21°C
Quantity: 1no
Approximate Size: 1440mm wide x 916mm deep x 2066mm high.
Description: Bakery and pastry self contained freezer, 40 trays 400x600mm
Features: Description: Bakery Pro Double Section Cabinet (High temp)
External Dimensions: 1440mm x 916mm x 2100mm (w x d x h)
60mm all-round insulation
Net storage capacity: 40 trays 400x600mm
The unit is designed to operate between -18 /-21°C in a maximum
ambient of 43ºC
(Exceeding ISO Climate Class 5)
Refrigerant: R404a
Top mounted refrigeration system, incorporating Circular fan
assisted cooling and full length internal air duct, providing even
temperature distribution and maximum efficiency.
Automatic hot-gas defrost system Intelligent controller
automatically optimizing the performance of the refrigerator while
maximizing energy savings.
Exterior & Interior finish: 304 stainless steel
Interior base finish: Coved 304 stainless steel
The unit will come complete with:
40 pairs for tray slides
Lockable swivel castors with polyurethane tires, which will not
mark floors
Energy efficient self-closing doors with durable steel hinges and
dwell position beyond 90°
Removable impact thermal breaks to maintain temperature
difference
Patented fully floating lock keep
Door operated magnetic fan cut-out switch to minimize energy.
Coved interiors and removable racking for ease of cleaning
Compact removable plug type refrigeration system with lid for easy
service access
Electrical supply required: 230v/ 1ph / 50Hz
Model: FOSTER, Model: PRO 40BSF or FRIULINOX or equal and
approved
35. ITEM 11.35: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 2no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.

© 01 International W.L.L Food Service Equipment


11400-164
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To be CE and NF approved and comply with European standard EN


335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or Equal and approved
2.012 AREA 12.0: HOT COOKING AREA
1. ITEM 12.01: Gas Heated Combi-Steamer 40 GN1/1 -20 GN 2/1 [9] Automatic Operation
Modes, Capacity: 500 Meals/Day
Quantity: 3no
Approximate Size: 1075-1232mm wide x 813-1055mm deep x 1782-1960mm high
Description: Stainless steel finish gas heated 20 Gn2/1 Gastronorm capacity
combined cooking/combination-steaming ovens, with a maximum
rack height of 1670mm. Ovens being electrically heated for selected
use of cooking medium (hot air and pressureless steam) singly,
sequentially or combined.
Features: To be supplied complete with and incorporate:
a. Capacity: 20 x Gn2/1 Gastronorm capacity, with width-
wise loading for Gn1/1.
b. Cooking Modes: 9 self-cooking modes and 3 combi-
steaming modes, with additional infinitely variable
programmable dry/moist heat modes. The cooking modes
are to include: steaming, hot air, combination-steaming,
vario-steaming and reheating. To have a maximum
temperature capability of +300OC. The amount of moisture
introduced into the oven compartment is to be capable of
being selected individually.
c. Cooking Chamber: Stainless steel grade 316 Seamless
cooking cabinet with rounded corners. Halogen cooking
chamber lights with shockproof Ceran glazing.
d. Door: Supplied with a right hand opening door, having
back ventilated double pane glazing and a hinged inner
pane.
e. Temperature Probe: Fitted with a core temperature probe
(+20/+99OC) that is integral to the oven.
f. Fan: Auto-reverse fan, pivoted air baffles and fat extraction
system without fat filter.
g. Cooking Operation: To have a microprocessor controlled
cooking process and a clear control panel with pictograms
and easy to read text displays.

© 01 International W.L.L Food Service Equipment


11400-165
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

To be supplied with 8no factory pre-set programs and


individual programming of at least 350 cooking
programmes with up to 12 steps per programme.
To have digital temperature displays and a digital timer 0-
24 hours with permanent setting. To have operational and
warning displays including a calcium diagnosis system and
a service diagnosis system. To have the facility to change
the operation mode without delay.
h. Hand Shower: Supplied with an integral hand shower with
infinitely variable regulation and an automatic retracting
system.
i. Water Research Council Approval Certificate.
j. Steam: Steam produced via a fresh steam generator with
automatic self-clean facility.
k. Oven Rack: To be supplied complete with a mobile oven
rack with drip pan, cut-away rails for loading/ unloading
and tandem steering castors.
l. Cleaning: Supplied complete with detergent starter pack
for use in conjunction with integral oven cleaning system.
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards. Each oven is to include:
a. Construction: In all stainless steel construction with
stainless steel front, side, rear and fascia panels. All panels
to be fixed without exposed screws. To have a seamless
hygienic cooking chamber with rounded corners. Supplied
with a right hand opening door, having back-ventilated
double pane glazing. To have Halogen cooking chamber
lights with shockproof Ceran glazing.
b. Controls: The control panel is to be mounted to the facing
left side of the oven front within a recessed panel. The
controls are to include:
 8 factory set standard programmes
 Individual programming for up to 350
programmes with up to 12 steps per programme
 Operation by touch screen, press buttons and a
central dial to confirm entries.
 Digital temperature displays
 Mode and alarm displays
Services Connections: Connected to services routed to the rear with quick disconnect hoses
and electrical cables complete with restraining devices. Cables to
be suitable for high temperature applications.
Electrical Supply: To comply with EN 60335-2-39: European standard for the safety
of electric appliances. Each oven to operate from a 62.0-69kW
415volt three phase and neutral electrical supply, fuses rated at 100-
125amps. To be connected to services using cables suitable for high
temperature applications fitted with ‘Quick Disconnect’ socket
connectors.
Water Services: Ovens to be connected to a drinking water supply via a water
treatment device, fitted with double check valve and Y strainer (or
no less back-flow prevention device). Note: The water supply for
the wash down feature is not to be routed via the water treatment
device to minimize requirement for a treated supply and to extend
the life of the filter cartridge.

© 01 International W.L.L Food Service Equipment


11400-166
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Water Connections: To be installed using flexible hoses with quick-disconnect fittings.


Serviceable Period: 2-year parts and labor.
Other: Provision to be made for 1no Chef’s training session provided by
the manufacturer.
Accessories: Each oven is to be supplied with the following:
1. Water Treatment Device: Supplied complete with, and
installed to, a suitably sized water treatment device system,
mounted within a cupboard base that is incorporated within
the rear services distribution wall.
2. Accessories: Supplied complete with the following
optional oven accessories:
 10no Gn2/1 high gloss nickel-plated grid shelves.
 10no Gn1/1 Granite enameled roasting containers,
20mm deep.
 10no Gn1/1 perforated stainless steel containers,
55mm deep.
Model: Convotherm: OGB20.20 + Accessories + Water Treatment Device,
or MKN: HansDampf Gold 20.2 CGG22 + Accessories + Water
Treatment Device, or Rational: Self Cooking Centre SCC-202 G +
Accessories + Brita Treatment Device, or equal and approved
2. ITEM 12.02: Stainless Steel Mobile Oven Rack, 20-GN2/1
Quantity: 6no
Approximate Size: 770mm wide x 1013mm deep x 1820mm high.
Description: Stainless steel oven trolleys for use in conjunction with ovens, item
B-32.15, capable of accepting 20no Gastronorm Gn 2/1 containers
or shelves.
Features: To be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 20 pairs of spill-proof ‘U’ shaped runners
welded to the framing at approximately 67mm spacing to
permit the loading of 65mm deep containers. The runners
are to have integral tray stops to the rear.
b. Drip Pan: With an additional rail for a drip pan that is
removable for cleaning.
c. Castors: Mounted on heavy duty stainless steel castors
complete with revolving mark proof protection buffers.
d. Handle: Removable stainless steel handle.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in stainless steel (18/10-grade minimum). To be designed to
interface with the combination ovens items B-32.15.
Serviceable Period: 2-year parts and labor.
Accessories: Each trolley is to be supplied complete with:
1. 10no Gastronorm Gn 2/1 stainless steel wire shelves.
2. Accessories: Supplied complete with the following
optional oven accessories:
10no Gn2/1 high gloss nickel-plated grid shelves. 10no
Gn1/1 Granite enamelled roasting containers, 20mm deep.
10no Gn1/1 perforated stainless steel containers, 55mm
deep.

© 01 International W.L.L Food Service Equipment


11400-167
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Convotherm: OS 20:20+10Gn2/1 stainless steel grid shelves


+containers, or MKN: HansDampf Gn2/1 Oven Trolley +
accessories Rational: Gn2/1 Oven Trolley + Accessories, or equal
and approved
3. ITEM 12.03: Self Cleaning Exhaust Hood with Make-Up Air through Perforated Front
Panel
Refer to Cold Rooms Specifications No. 11425
4. ITEM 12.04: Exhaust Hood Automatic Water Wash System and Control Panel
Refer to Cold Rooms Specifications No. 11425
5. ITEM 12.05: Exhaust Hood Fire Suppression System
Refer to Cold Rooms Specifications No. 11425
6. ITEM 12.06: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 3no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved

© 01 International W.L.L Food Service Equipment


11400-168
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. ITEM 12.07: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 3no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
8. ITEM 12.08: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 2no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg.
Heavy-duty chassis, with a welded 25mm diameter tubular frame
and integral handles
125mm diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or
equal and approved
9. ITEM 12.09: Island Preparation Counter With Inset Sink and Integral Over Shelf,
Dimensions: 4000X700X1750mm
Quantity: 2no
Approximate Size: 4000mm wide x 700/350mm deep x 900/1750mm high.
Description: 18/10 304-grade stainless steel construction static preparation
counter incorporating a single bowl chef’s sink, central over shelf,
services riser housing and storage compartments under.
Features: Counter to be supplied complete with, and incorporate, the
following:
a. Services Riser: 350mm wide x 200mm deep x 3050mm
high water and electrical services riser column to one end,
with integral internal services separation.

© 01 International W.L.L Food Service Equipment


11400-169
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Sink Section: 750mm wide section, inset with Gn2/1 sink


bowl 650 x 530 x 250mm deep and with a 45° drip fillet all
around bowl. Taps to be located to the side of the riser
such that they are accessible from both sides. To have a
storage bay under fitted with a single shelf.
c. Sink Waste Fittings: Bowl is to be fitted with an integral
lever action gate valve waste outlet complete with strainer
and overflow outlet fitted within the sink bowl.
d. Taps: To have a rear mounted pillar pattern sink mixer tap
with 200mm dual flow swivel spout and extended 125mm
levers (Pegler 2523-QTEL or equal), mounted to the rear
of the sink bowl and located on the raised tap ledge of the
table. The taps are to have quarter turn lever handles
capable of being operated by wrist or elbow and being
complete with splined spindles to allow variable lever
positioning. The taps are to be fitted with top hat washers
to prevent the taps swiveling on the sink.
e. Valance Panel: To be fitted with a concealed fixed 250mm
deep valance panel to the front and rear of the sink section.
f. Ambient Storage Bay Under Sink: To be approximately
650mm wide accessible from both sides and paneled to the
riser side. To be fitted with a base shelf, mounted at
220mm above finished floor level.
g. Open Bay for Waste Bin and Pass Through Under counter
Refrigerator: To be a full length bay fully open and
accessible from both sides to form a housing for the pass
through under counter refrigerator and waste bin. The
condenser end of the bay is to have a recess that is fitted
with the socket required in association with the under
counter refrigerator.
h. Ambient Over shelf: The counter is to be fitted with a
350mm deep single-tier over shelf mounted from the
service riser and the end of the counter. The over shelf is to
be mounted at approximately 1350mm above the counter
top.
i. Electrical Services: Counter to incorporate an isolator and
associated control panel and to incorporate associated
cable routing to serve electrical 3no sockets, including a
socket to serve the adjacent counter refrigerator.
j. Legs: Mounted on adjustable legs with all cupboards and
shelves mounted with the underside at 220mm above
finished floor level.
Manufacturing Detail: Manufactured all in 18/10 304-grade 16-gauge stainless steel with
18/10 304-grade 14-gauge (2mm) stainless steel top.
a. Top: Top to be reinforced and soundproofed under with a
16-19mm thick rot-proof insulated panel securely fixed
under. With a 55mm bull nose to all leading edges, with
the exception of edge abutting column face. All profile
details to match those of adjacent specially fabricated
tables and sinks. The top is to be fully welded, without butt
joints and be braced in appropriate positions under to
prevent the top from buckling or distorting. To be site
welded as necessary according to access requirements.

© 01 International W.L.L Food Service Equipment


11400-170
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Frame: Unit mounted on 38mm stainless steel frame/legs,


with 25mm tie bars. Counter to be mounted on 180mm
high adjustable legs.
c. Counter End Paneling: Both ends of the counter are to be
paneled in 304-grade double skin stainless steel, mounted
on 180mm high adjustable legs.
d. Internal Paneling/Supports: The counter is to be fitted with
intermediate support legs as appropriate. To be fitted with
an internal electrical services duct for electrical wiring in
association with the general-purpose socket outlets and the
socket for the under counter refrigerator. To have 1no
13amp socket outlet mounted on the internal face of the
refrigerator bay, to provide power to the under counter
refrigerator.
e. Services Riser: To have a water and electrical services riser
column to one end, with integral internal services
separation. The riser will provide the electrical cable
routing from above to serve all electrical sockets/services
mounted within counter. The riser is to be co-ordinated and
suited with the counter top and over shelf to provide tidy
detailing. The top of the riser is to extend 50mm above the
suspended ceiling and the interface is to be sealed with a
stainless steel flange/frame.
f. Electrical Services Control Panel: The counter is to have
an electrical services riser column at one end, providing the
electrical cable routing from above to serve electrical
components within the counter. The incoming 6Kw
240volt electrical supply will be routed to this point, which
is to contain an MCB and isolating switch. The control
panel is to be recessed, concealed behind a hinged door. It
is to include a master isolator switch, with individual
circuit protection by miniature circuit breakers. The control
panel is to be clearly labeled via hardwearing water-
resistant self-adhesive label that identifies all controls and
MCB circuits. The panel is to be hinged at the base, with a
top mounted lock for access behind for servicing.
Electrical services are to be routed through the underside
of the counter top and over shelf to provide tidy detailing.
g. Valance: Mounted under the top both sides of the sink
section is to be a 250mm deep stainless steel valance panel
that is concealed fixed to the underside of the counter top.
h. Over shelf: To be fitted with 350mm wide over shelf,
mounted centrally to the counter top. The shelf is to be
supported from the services riser and at the opposite end by
concealed fixed legs. The over shelf framing and down
stand is to be profiled to allow inclusion of two general-
purpose socket outlets, one mounted on the side of the
shelf that faces the cooking equipment and one on the
opposite side of the shelf.
Services Generally: All services are to be designed and installed to comply with latest
codes/regulations. All services connections and fittings for the
designated items are to be internal to the counter.
Electrical Services: Wiring to sockets within the counter shall be from a single
incoming coiled cable terminated at high level above the riser
section, suitable for an 6Kw 240volt connection. The counter
refrigerator and general-purpose sockets shall be individually wired
to splash proof type socket outlets, to meet IP56 minimum.

© 01 International W.L.L Food Service Equipment


11400-171
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

The general-purpose sockets are to be mounted within the down


stand of the over shelf. To have 2no 13amp general-purpose socket
outlets mounted either side of the over shelf to power preparation
machinery.
Earth bonding of items located within the counter is to be by the
Catering Equipment Contractor via separate earth conductors,
connected to incoming provision made by the Electrical Services
Contractor.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Waste Connections: To be installed using flexible hoses with quick-disconnect fittings.
Serviceable Period: 1-year parts and labor.
Other: To be fabricated in accordance with the requirements of the general
specification. Detailed working drawings are to be submitted for
review and authorization prior to manufacture.
Model: Specialist Stainless Steel Fabricator
10. ITEM 12.10: Dry Waste Refuse Bins with Mobile Dolly
Quantity: 2no
Approximate Size: 285mm wide x 555mm deep x 660mm high.
Description: Plastic 60-litre capacity refuse bins on mobile stainless steel
dollys/trolleys.
Manufacturing Detail: To each be approved to NF Food Hygiene Standard. To each
incorporate:
a. Bin: To be in plastic and be supplied with a removable lid
with integral 150mm diameter opening.
b. Platform: Bin mounted on a stainless steel mobile
frame/chassis with a detachable push handle and 4no
75mm diameter ball bearing castors, 2no with brakes.
Model: Metos (Nordian-System): WAT-60 (4554370), or RUBBERMAID,
Model: FG354100+FG355300, or equal and approved
11. ITEM 12.11: Mobile Pass through Gastronorm GN 1/1 Refrigerated Counter With 3-
Doors Each Side, Capacity: 435 Liters
Quantity: 2no
Approximate Size: 1960mm wide x 700mm deep x 850mm high.
Description: 435 Litre capacity pass-through counter refrigerator designed to
maintain food at +1O/+4OC.
Features: Counter having integral air-cooled compressor and 3no Gastronorm
Gn1/1 pass-through cupboard storage sections adjacent.
Incorporating the following:
a. Shelves: 4no Gn1/1 Gastronorm nylon coated wire shelves
on fully adjustable non-tilt trayslides, mounted on
removable ladderack uprights.
b. Doors: 3no lockable doors on both sides, all with
removable magnetic gaskets.
c. Castors: Mounted on chemically resistant polyurethane
castors. Front castors to be lockable. NB castors to below
profile to allow mounting under a 910mm high counter.
d. Refrigeration System: With air-cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.

© 01 International W.L.L Food Service Equipment


11400-172
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE and/or NSF
approved. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
With stainless steel grade 304 exterior and interior. Interior surfaces
are to have coved corners and ladderack shelf supports that are
removable via twist bolts. The doors are to have flush fitted handles,
integral to the door front. Doors are to be self-closing, with dwell at
90O.
Electrical Controls: To operate from a 13amp 240volt single phase electrical supply and
be supplied complete with a helicoil mains lead and 3-pin socket.
To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Fan to automatically cut-out when the door is
open. Fan cover to be removable for cleaning. Evaporator coils to
be coated to protect against corrosive foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display.
Serviceable Period: 2-year parts and labor.
Optional Items: To be supplied complete with:
1. 2 meter helical mains lead.
2. 2no additional Gn1/1 Gastronorm nylon coated wire
shelves complete with adjustable non-tilt tray slides.
3. Pass-through design, with two doors on both sides.
4. Stainless steel grade 304 exterior, including back and unit
cover, for island mounting.
5. Counter to have compressor mounted to the facing left
side.
6. Mounted on 125mm diameter chemically resistant
polyurethane castors.
Model: INFRICO, Model: BMGN1960 PDC, or Foster: PRO 1/3H +
Accessories, or Williams: HO-3-U-PT + Accessories, or equal and
approved
12. ITEM 12.12: Modular Stainless Steel Pass Through Ambient Unit W/Two Door
Dimensions: 600X680X860MM
Quantity: 1no
Approximate Size: 600mm wide x 680mm deep x 860mm high.
Description: Stainless steel construction service counter, complete with pass
through hinged doors
Cupboard Enclosure The ambient cupboard is to be constructed such that any liquid
spillage occurring within is directed to discharge to the front of the
counter. The cupboard is to be "tanked" such that any spillage
cannot seep under the counter. The internal intermediate shelf shall
be removable.
Doors: Cupboards doors are to be double skinned and the doors are
hinged type
Serviceable Period: 2-year parts and labor.
Model: Specialist Fabricator

© 01 International W.L.L Food Service Equipment


11400-173
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

13. ITEM 12.13: Stainless Steel Work Top with Neutral Open Cupboard in Hygienic H2
Design, 400X850X900 mm
Quantity: 6no
Approximate Size: 400mm wide x 850mm deep x 900mm high.
Description: Self standing type stainless steel 18/10modular ambient worktop
complete with open storage compartment under. Aligning with
adjacent cooking appliances including rear up stand
Features: Item incorporating:
a. Stainless steel top, side and rear panels and front fascia.
Cabinet interior to be without any welded joints and to
have rounded edges
b. Fascia to have same profile as adjacent items.
c. Single base shelf.
d. Waterproof connection to adjacent appliance.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To generally be
in all 304 (18/10) stainless steel construction with seam welded
frame1-3mm thick and 2-3mm thick worktop.
Other: The item is to be installed, tested and commissioned by the
Foodservice Equipment Contractor To suite with adjacent cooking
appliances with common manufacturer. Width to be adjusted to suit
the manufacturer’s dimensions for the adjacent cooking appliances
to achieve an overall island dimension of 1900mm wide
Model: KUPPERSBUSCH, Model: FUZ040, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
14. ITEM 12.14: Electric Pressure Rectangular Boiling Pan, Capacity: 250L Dimensions:
1500X850X900MM
Quantity: 2no
Approximate Size: 1500mm wide x 850mm deep x 900mm high.
Description: Free standing Electric Pressure Boiling Pan with Electronic
Temperature Control and Direct Steam Injection, 250 litres
capacity- 6GN1/1 200 mm inserts
Features: Appliance made of nickel-chromium steel: lid hinges, cover plate,
outer pan, pan lid and handle, appliance panelling, strainer,
container support, as well as inner pan frame made of nickel-
chromium steel 1.4301; inner pan base made of CrNiMoTiSt
1.4571.
Pan lid spring-released and balanced with dropped handle bar. The
lid is sealed with the pan by a mechanical lid safety locking device.
All-round seal in the lid made of nutritionally safe and temperature-
resistant elastomer; lid seal inserted not glued, therefore quick to
change.
Heat insulation of the outer pan with glass-fibre needled felt in
compliance with the latest provisions (Technical Regulations for
Hazardous Materials TRGS 905 and Directive 97/69/EC of the
European Commission).
Heat insulation coated on one side with aluminium foil and all-
round at least 20 mm thick
Water pipes made of copper. Inner pan drained via safety discharge
valve DN 50 made of chromium-plated German silver; valve
inserted and fastened with a screw from outside. Front panel can be
removed for servicing even with the valve mounted and pan filled.

© 01 International W.L.L Food Service Equipment


11400-174
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Cover plate canted 20 mm up at rear, canted 50 mm down on three


sides, with rectangular edge at front. Cover plate drained via
overflow pipe. Switch panel 150 mm high, designed as desk panel,
with 14 inclination to the operating staff. Panel with no visible
screws or gap. Recess of the switch panel lower edge to the top
10 mm
Inner pan dimensions (W x D x H): 990 x 660 x 435 mm; useable
capacity when filled to 4 cm from edge: 253 litres. Filling level
markings with 10-litre graduations in the pan wall. Pan with large
radii: R = 60 mm vertical, R = 100 mm on the base.
Water inlet into inner pan via a lid-operated swivel tap on the cover
plate. In the switch panel mixing tap with cold and hot water valve
as well as analogue pressure gauge to indicate the pressure in the
steam generator.
Appliance connected from below or from the back as standard.
Water mains and soft water connection with stainless-steel-clad
pressure hoses.
Electronic control of the food temperature by means of PE
controller. Temperature, processing time and starting time can be
set on touch-sensitive control panel.
Display of the target and actual values by LEDs. Electronics with
power failure backup and programme memory: 9 programmes each
with 5 stages individually set by the user.
Touch-sensitive control panel with large user-friendly keys and
separate digital displays for temperature, time and programmes.
Electronics system as a standard with a PC interface (RS485).
Electrical Services: Items to each be suitable for connection to a 31 kW 415volt three-
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessoires: strainer, container support, water mains and soft water connections
with stainless-steel-clad pressure hoses. Water-jet protection (type
of enclosure IPX5).CE label
Model: KUPPERSBUSCH, Model: FED250, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
15. ITEM 12.15: Electric Non Stick Pressure Tilting Bratt Pan (Duplex) Capacity: 150
Liters, Dimensions: 1500X850X900MM
Quantity: 2no
Approximate Size: 1500mm wide x 850mm deep x 900mm high.
Description: Electric Pressure Bratt Pan with Duplex-Non-Sticking Base,
Electronic Temperature Control and Lid Cooling System, capacity:
150liters -3 GN1/1 200mm inserts
Features: Appliance made of nickel-chromium steel: cover plate, lid and
handle, appliance panelling, supporting profiles as well as pan, pan
lining and container support made of nickel-chromium steel 1.4301.
Tubular heating elements made of nickel-chromium steel 1.4833.

© 01 International W.L.L Food Service Equipment


11400-175
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Pan base made of composite material with aluminium core, plated


on both sides with nickel-chromium steel 1.4301 (Duplex-Non-
Sticking Base)
Lid spring-released and balanced with dropped handle bar
The lid is sealed with the pan by a mechanical lid safety locking
device. All-round seal in the lid made of nutritionally safe and
temperature-resistant elastomer; lid seal inserted not glued,
therefore quick to change.
Heat insulation of the pan with glass-fibre needled felt in
compliance with the latest provisions (Technical Regulations for
Hazardous Materials TRGS 905 and Directive 97/69/EC of the
European Commission).
Heat insulation coated on one side with aluminium foil and all-
round at least 20 mm thick. Water pipes made of copper.
Cover plate canted 20 mm up at rear, both uprights canted 50 mm
down at the side, with rectangular edge at the front. Switch panel in
the right-hand upright 150 mm high, designed as desk panel, with
14 inclination to the operating staff. Recess of the switch panel
lower edge to the top 10 mm. Front panel on the left-hand upright of
switch panel design. Panels with no visible screws or gap.
Pan inner dimensions (WxDxH): 1000 x 550/640 x 300 mm with
corner radius R = 6 mm and base radius R = 3 mm; frying area: 0.55
m². The maximum capacity is 170 litres; the useable capacity when
filled to 4 cm from edge is 150 litres. The inclination of the front
pan wall is 17 to the vertical.
Owing to the high thermal conductivity of the aluminium core the
Duplex-Non-Sticking Base exhibits ideal heat distribution,
unparalleled uniformity of cooking and browning results and the
shortest possible heat-up time of al known pan base materials. Due
to the electronic 4-level temperature control the reaction time is
reduced to a minimum if cold products are introduced at any point
in the pan. As a result energy and time-saving cooking is always
ensured.
The thermal expansion of the 3 layers is balanced out in such a way
that cracking or warping of the pan base are excluded even after a
temperature shock caused by cold water.
Pan walls and bases blasted with stainless steel pearls, therefore no
sticking or burning-on of food as is the case with smooth surfaces
("non-stick effect"). Hygienic working through rapid detection of
the cleaning condition and easy cleaning; appliance particularly
suitable for white sauces, soups and egg dishes.
No baking-on during pressure-cooking due to additional electronic
temperature sensor on the pan wall.
Pan emptied via integrated discharge spout on the top edge. The pan
is pivot-mounted in the centre between the two side uprights.
Cleaning-friendly hygiene axles without screws and gaps; diameter
95 mm; distances between pan and columns optimised.
Motorised tilting by means of linear drive with ballscrew
(0.12 kW). Simple and accurate activation using touch-sensitive
keys. Motor with very even and quiet operation; the accurate
mechanism prevents the liquid contents of the pan from spilling out
when the pan is emptied in stop-and-go operation. Pan returns to
original position very rapidly (about 9 sec.).
The tilt axis of the pan is located at the front. The pivot point
located at the front ensures accurate pouring and so it is not
necessary to move the collecting container.

© 01 International W.L.L Food Service Equipment


11400-176
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Motor with thermal protection against overheating and integrated


power cut-out when overloaded.
Hot and cold water inlet into pan via mixing tap on the cover plate
on right.
Electrical Services: Items to each be suitable for connection to a 22 kW 415volt three-
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories: Container support, stainless-steel-clad pressure hoses for drinking
water, stainless-steel-clad pressure hose for the connection to the
water mains. Water-jet protection (type of enclosure IPX5). CE
label.
Model: KUPPERSBUSCH, Model: FEP330, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
16. ITEM 12.16: Self Cleaning Exhaust Hood with Make-Up Air through Perforated Front
Panel
Refer to Ventilation canopies Specifications No. 11425
17. ITEM 12.17: Exhaust Hood Automatic Water Wash System and Control Panel
Refer to Ventilation canopies Specifications No. 11425
18. ITEM 12.18: Exhaust Hood Fire Suppression System
Refer to Ventilation canopies Specifications No. 11425
19. ITEM 12.19: Gas Heated Boiling Table with Gas Oven, Dimensions; 1200X850X900 MM
Quantity: 2no
Approximate Size: 1200mm wide x 850mm deep x 900mm high.
Description: Gas range with 4 open burner on gas heated oven, hygienic
warming cabinet, 335 x 546 x 375 mm, on the left next to the oven,
0.6 kW, with thermostat controls (30 - 105C); for stacked plates
with a diameter of 28 cm. Hygienic warming cabinet (H2), all-
round heat insulation. Double-walled wing door, heat insulated,
with a black plastic shell-form handle
Features: Appliance made of nickel-chromium steel: top plate, appliance
covering, supporting profiles, bottom, top and walls of the
cupboard, recessed hob and saucepan supports as well as the door
and handle of the oven for roasting and baking made of nickel-
chromium steel .4301.
Oven interior of chromium steel 1.4016 as this material guarantees
lower thermal deformation and thus a longer service life owing to
the 40% lower thermal expansion than nickel-chromium steel
1.4301.
Removable oven base made of warp-resistant special cast iron with
excellent thermal conductivity and heat storage properties.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Switch panel 150 mm high,
designed as desk panel, with 14 inclination to the operating staff.
Panel with no visible screws or gap. Recess of the switch panel
lower edge to the top 10 mm. Ergonomically designed control
knobs indicate the switch position even at a distance.

© 01 International W.L.L Food Service Equipment


11400-177
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Deep, closed hob with drain downwards. Hollow plug for the
discharge as an additional accessory at an extra charge. Hob edges
at cover plate height.
1 C burner on back right and front centre (each 3.5 kW), 3 D
burners (5.6 kW each), 1 E burner (7.3 kW) on front right
Saucepan supports made of nickel-chromium steel 1.4301; vertical
projection approx. 3 mm. The arrangement of the grid bars permits
the use of small pots and pans. Hob depth 80 mm, which ensures
that the recess surface does not overheat during cooking and any
food which spills does not bake on. Thermally induced deformation
of the recess is therefore also excluded.
Burners on embossed elevations, attached to unit underneath, with a
water-proof and oil-proof seal. Burners with thermoelectric safety
pilot and pilot flame for stand-by mode. Manual ignition
A gas oven for roasting and baking, 538 x 690 x 350 mm, with
thermostat controls ranging from approx. 95 to 300C. 6.0 kW.
Automatic, temperature-controlled reconnection to partial load, i.e.
on approaching the set point, the controls switch to a reduced output
(partial load), thus avoiding an overshot and resulting in a more
precise development of the temperature in the oven. Burner with
pilot flame and a thermoelectric flame supervision device. Piezo
igniter.
Sturdy, removable cast iron core with a capacity for storing heat.
The pilot flame is accessible once the ignition flap has been opened.
Slot-in rack with 3 slide-in levels GN 2/1, 60 cm apart; can be
removed for cleaning purposes.
Oven for roasting and baking has all-round insulation with a
thickness of at least 20 mm. Double-walled drop door, heat-
insulated, spring-released and balanced, with a vapour lever; round
pipe door handle with a diameter of 25 mm.
Open cupboard, 335 x 546 x 375 mm, on the left.
Base canted 15 mm upwards on three sides and canted downwards
at the front.
Electrical Services: Items to each be suitable for connection to a 0.6 kW 240volt single-
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories: 1 stainless-steel-clad gas safety hose, 1 baking tray GN 2/1
(enamelled), 1 grid GN 2/1 (chrome-plated). Water-jet protection
(type of enclosure IPX5), CE label
Model: KUPPERSBUSCH, Model: FGH617+VAR009, or MKN: Optima
Series 850mm, or AMBACH, or equal and approved
20. ITEM 12.20: Electric Bain Marie on Open Cabinet, Capacity: 1 GN2/1 or 2 GN 1/1
Dimensions: 600X850X900 MM
Quantity: 1no
Approximate Size: 600mm wide x 850mm deep x 900mm high.
Description: Electric bain marie on open cabinet, capacity: 1 GN 2/1

© 01 International W.L.L Food Service Equipment


11400-178
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: Appliance made of nickel-chromium steel: cover plate, basin walls,


appliance panelling, supporting profiles as well as bottom, top and
walls of the open cupboard made of nickel-chromium steel 1.4301,
tubular heating elements made of nickel-chromium steel 1.4833.
Heat insulation with glass-fibre needled felt in compliance with the
latest provisions (Technical Regulations for Hazardous Materials
TRGS 905 and Directive 97/69/EC of the European Commission).
Heat insulation coated on one side with aluminium foil and at least
20 mm thick.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Switch panel 150 mm high,
designed as desk panel, with 14 inclination to the operating staff.
Panel with no visible screws or gap. Recess of the switch panel
lower edge to the top 10 mm. The ergonomically designed control
knob indicates the switch position even at a distance.
Smooth basin seamlessly integrated into the top (510 x 640 x
225 mm); complete drainage of the basin through gradient to drain.
Basin suitable for inserting containers 2 x GN 1/1 or 1 x GN 2/1.
Strips for smaller GN containers as special accessories at extra
price.
Indirect heating with outer tubular heating elements (3.0 kW).
Thermostatic control from 30 - 100C. Protection against
overheating installed; therefore no permanent plastic deformation of
the basin bottom even during prolonged dry heating phases.
Swivel water tap on the right in the top, water valve in the control
knob panel. Emptying by means of a discharge at the right front in
an integrated waste water pipe.
In lower unit:
Open cupboard 335 x 700 x 349 mm.
Base canted 15 mm upwards on three sides and canted downwards
at the front.
Electrical Services: Items to each be suitable for connection to a 3 kW - 415volt three-
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories 1 stainless-steel-clad pressure hose for drinking water, 1 riser 1½",
length 35 mm, Water-jet protection (type of enclosure IPX5)- CE
label.
Model: KUPPERSBUSCH, Model: FEW250, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
21. ITEM 12.21: Electric Deep Fat Fryer, Capacity: 2X12 Liters dimensions: 600X850X900
MM
Quantity: 2no
Approximate Size: 600mm wide x 850mm deep x 900mm high.
Description: Free standing deep fat fryer with two wells 2x12 litres on cupboard

© 01 International W.L.L Food Service Equipment


11400-179
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: Appliance made of nickel-chromium steel: cover plate, basin and


lid, heating element and heating element panelling, appliance
panelling, supporting profiles as well as bottom, top and walls of the
open cupboard made of nickel-chromium steel 1.4301.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Switch panel 150 mm high,
designed as desk panel, with 14 inclination to the operating staff.
Panel with no visible screws or gap. Recess of the switch panel
lower edge to the top 10 mm. Ergonomically designed control
knobs indicate the switch position even at a distance.
Two deep basins 200 x 400 mm, seamlessly welded into the top.
Total capacity 2 x 12 litres (= useable capacity + capacity of the
cold zone), useable capacity 2 x 8 litres (= filling capacity above the
heating facility up to the upper filling mark). Drained via ball valve
downwards. Power automatically cut off when the heating elements
are swung out. Thermostatic control 100-195C. Melting point
gentle on the fat due to constant reduction of the heat output to 1/9
of the nominal output. Protection against overheating with 2nd
safety measure according to VDE/IEC. Maximum load on heating
elements during cooking 4.35 W/cm².
In lower unit:
Open cupboard 540 x 700 x 400 mm.
Base canted 15 mm upwards on three sides and canted downwards
at the front.
Electrical Services: Items to each be suitable for connection to a 20 kW - 415volt three-
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories: 2 Lids, 2 Strainers, 2 Deep frying baskets 170x305x120mm. Water-
jet protection (type of enclosure IPX5)- CE label.
Model: KUPPERSBUSCH, Model: FEF224, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
22. ITEM 12.22: Electric Chip Scuttle Provides With Perforated Tray and Container Gn1/1,
Dimensions; 400X850X900 MM
Quantity: 2no
Approximate Size: 400mm wide x 850mm deep x 900mm high.
Description: Free standing electric heated chip scuttle, one GN1/1-200mm
Features: Appliance made of nickel-chromium steel: Top plate, basin, GN
container, perforated grid, appliance covering, supporting profiles
and attachable radiant heating elements as well as the bottom, the
top and the walls of the cupboard made of nickel-chromium steel
1.4301.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Switch panel 150 mm high,
designed as desk panel, with 14 inclination to the operating staff.
Panel with no visible screws or gap. Recess of the switch panel
lower edge to the top 10 mm. Ergonomically designed control
knobs indicate the switch position even at a distance.

© 01 International W.L.L Food Service Equipment


11400-180
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

In upper unit: A 310 x 510 x 220 mm basin, connected to the top


plate by means of a seamless joint. A G-KEN 1/1-200 mm container
as an insert with a perforated drip pan and a scoop pan. Infrared
radiant heating elements at the rear of the top plate with
continuously variable controls
In lower unit: Open cupboard 335 x 700 x 400 mm, Base canted 15
mm upwards on three sides and canted downwards at the front.
Electrical Services: Items to each be suitable for connection to a 1.1 kW - 240volt single
phase electrical supply. To be installed to the electrical services
using high temperature flexible connectors and quick disconnect
plug sockets. To comply with EN 60335-2-38: European standard
for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories 1 container G-KEN 1/1-200, 1 perforated tray. Water-jet protection
(type of enclosure IPX5)- CE label.
Model: KUPPERSBUSCH, Model: FEF040, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
23. ITEM 12.23: Electric Grill Plate on Open Cabinet, Dimensions: 700X850X900 MM
Quantity: 2no
Approximate Size: 700mm wide x 850mm deep x 900mm high.
Description: Free standing grill plate electric heated, grill surface (634 x 670
mm) made of nickel-chromium steel 1.4301, with a side and rear
splash guard, made of nickel-chromium steel 1.4301.
Features: Appliance supplied on height-adjustable plastic legs (diameter:
upper part 70 mm, inserted part 50 mm)
Appliance body, basin, supporting parts and screw connections as
well as the
bottom, top and walls of the open cupboard all made of CrNi steel
1.4301.
Outer surfaces ground with 240-grain sandpaper and then Scotch-
taped.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Control panel 150 mm high,
designed as desk panel,
with 14° inclination to the operating staff. Panel with no visible
screws or gap.
Recess of the control panel lower edge to the top 10 mm.
Ergonomically designed control knobs indicate the switch position
even at a distance.
In the upper unit: Grill surface (634 x 670 mm) made of nickel-
chromium steel 1.4301, with a side, and rear splash guard, made of
nickel-chromium steel 1.4301. Discharge through a discharge shaft
(ø 50 mm) located at the centre front of the GN 1/1-65 drip pan.
Container can be removed from the guide mechanism. Controlled
by thermostat 50-300 °C
In the bottom unit: Open bottom structure 640 x 700 x 400 mm in
the hygiene standard design (transition between the base and the
rear and side panels is rounded, no seams). Designed for the
installation of height-adjustable, insert able shelves (ZUB D59).
The appliance has potential-bearing connections for energy
optimization systems.

© 01 International W.L.L Food Service Equipment


11400-181
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Services: Items to each be suitable for connection to a 10.8 kW - 415volt


three -phase electrical supply. To be installed to the electrical
services using high temperature flexible connectors and quick
disconnect plug sockets. To comply with EN 60335-2-38: European
standard for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories 1 Collection container, Water-jet protection (type of enclosure
IPX5)- CE label.
Model: KUPPERSBUSCH, Model: FEG420, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
24. ITEM 12.24: End Ambient Unit on Open Cabinet, Dimensions: 300X850X900 MM
Quantity: 1no
Approximate Size: 300mm wide x 850mm deep x 900mm high.
Description: Self standing type stainless steel 18/10modular ambient worktop
complete with open storage compartment under. Aligning with
adjacent cooking appliances including rear up stand
Features: Item incorporating:
a. Stainless steel top, side and rear panels and front fascia.
Cabinet interior to be without any welded joints and to
have rounded edges
b. Fascia to have same profile as adjacent items.
c. Single base shelf.
d. Waterproof connection to adjacent appliance.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To generally be
in all 304 (18/10) stainless steel construction with seam welded
frame1-3mm thick and 2-3mm thick worktop.
Other: The item is to be installed, tested and commissioned by the
Foodservice Equipment Contractor To suite with adjacent cooking
appliances with common manufacturer. Width to be adjusted to suit
the manufacturer’s dimensions for the adjacent cooking appliances
to achieve an overall island dimension of 1900mm wide
Model: KUPPERSBUSCH, Model: FUZ030, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
25. ITEM 12.25: Self Cleaning Exhaust Hood with Make-Up Air through Perforated Front
Panel
Refer to Ventilation canopies Specifications No. 11425
26. ITEM 12.26: Exhaust Hood Automatic Water Wash System and Control Panel
Refer to Ventilation canopies Specifications No. 11425
27. ITEM 12.27: Exhaust Hood Fire Suppression System
Refer to Ventilation canopies Specifications No. 11425
28. ITEM 12.28: Banquet Heated Transport Trolley, Capacity: 18 GN 2/1 - 36 GN 1/1,
Dimensions: 793X842X1517 MM
Quantity: 4no

© 01 International W.L.L Food Service Equipment


11400-182
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Approximate Size: 756-777mm wide x 837-932mm deep x 1712-1778mm high.


Description: Front loading insulated and heated meal distribution carts.
Features: To be supplied complete with and incorporate:
a. Internal Dimensions: Sized for Gastronorm Gn2/1
container combinations, up to maximum 18x
Gn2/1x1100mm deep.
b. Runners: 18no pairs of support rails.
c. Temperature Range: Suitable for use within a temperature
range of +30/+90OC.
d. Heating: Having internal heating via a self-regulating air
circulation heating unit with on/off switch via socket,
heating to a maximum temperature of +90OC.
e. Finish: Cart to be constructed in stainless steel, double
walled and insulated with CFC-free PU foam.
f. Castors: Mounted on rustproof 160mm diameter castors,
2no fixed and 2no swivel, front castors fitted with brakes.
Base of cart to be fitted with corner bumpers
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated.
To be manufactured in stainless steel with a double-walled
construction with seamless insulation foam and impact resistant
frame. The foam used is to be CFC-free PU foam. To incorporate:
a. Controls: Having a digital control pad al to regulate the
humidity and a temperature display.
b. Handles: Recessed impact resistant handles.
c. Door: Hinged door complete with seals that can be
removed for cleaning.
d. Interior: Interior to have coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To be supplied with a heating element rated
at 1.6-2.2 kW suitable for 240volt. To be supplied complete with a
spiral cable with molded on 3-pin socket.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied with:
1. 18no Stainless steel GN 2/1 inserts stainless steel shelves.
2. Bumper rail all round.
Model: HUPFER, Model: BKW 1/36B-GN, or Blanco: BW-18 +
Accessories, Or equal and approved
29. ITEM 12.29: Stainless Steel Construction Service counter, Complete with Riser, Pass
through Hot Cabinet, Ambient Storage Section under And Two Tier Heated over shelf,
2800X900X1650 MM
Quantity: 1no
Approximate Size: 2800mm wide x 900/400mm deep x 910/1350/1650mm high
Description: Stainless steel construction service counter, complete with riser,
ambient storage section under and heated and ambient over shelves
Features: Incorporating the following from left to right (kitchen side):

© 01 International W.L.L Food Service Equipment


11400-183
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Top: 18/10 304-grade 14-gauge (2mm) stainless steel top


with bullnosed edges, radiused at ends. The counter top is
to oversail the base by 50mm on the entire length of the
service side.
a. Services Riser: 350mm wide x 200mm deep electrical
services riser column to one end.
c. Legs: Counter to be mounted on 180mm high adjustable
legs.
d. Counter Cladding: Both ends of counter and the service
side of the counter not used for storage bays are to be
panelled in 304-grade stainless steel.
f. Hot Storage: 1x2000mm width hot storage pass through
section and ambient 1x600 mm pass through cabinet with
hinged doors under, being entirely lined in stainless steel.
The bay is to be fitted with a base storage shelf and an
adjustable height intermediate shelf.
g. Section Housing Counter Consumer Unit and Control
Panel: To be located on the left hand end face, in a 300mm
wide x 250mm deep panelled bay concealed by a stainless
steel door.
h. Heated and Ambient Overshelves: The counter is to be
fitted with a 1400mm long x 400mm deep two-tier heated
service overshelves set at 350 and 700mm above counter
top and, adjacent, a single 1400mm long x 400mm deep
ambient overshelf set at 700mm above the counter top.
The overshelves are to be pass-through type with heights
subject to review on receipt of working drawings.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 16 gauge 304-grade stainless steel. To incorporate:
a. Top: Top to be 14-gauge (2mm) stainless steel, with a
55mm bullnose to all sides. All profile details to match
those of adjacent specially fabricated tables and sinks. Top
reinforced and soundproofed under with a 16-19mm thick
rot-proof insulated panel finished with a stainless steel
cladding panel securely fixed under. The top is to be
without any butt joints and braced under to prevent the top
distorting or buckling. Top to be site welded as necessary
according to access requirements.
b. Services Riser: To have an electrical services riser column
to one end. The riser will provide the electrical cable
routing from above to serve all electrical sockets/services
mounted within counter. The riser is to be co-ordinated and
suited with the counter top and overshelf to provide tidy
detailing. The top of the riser is to extend 50mm above the
suspended ceiling and the interface is to be sealed with a
stainless steel flange/frame.
c. Frame: Unit mounted on 38mm stainless steel frame, with
25mm tie bars where appropriate. Counter to be mounted
on 180mm high adjustable legs.
d. Counter Panelling: All visible sections and any voids are to
be panelled in 304-grade stainless steel.
e. Storage Sections: All sides and rear sections to the
shelving and cupboard bays are to be insulated panelled in
304-grade stainless steel.

© 01 International W.L.L Food Service Equipment


11400-184
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. Section Housing Counter Consumer Unit and Control


Panel: Located to the facing left hand end in a panelled
bay, shall be the counter control panel, fitted in 450mm
wide housing.
 The incoming electrical supply will be routed to
this section which is to contain the MCB and all
switches.
 The control panel is to be recessed and concealed
behind a Perspex-hinged door and is to include a
master isolator switch, with individual circuit
protection by miniature circuit breakers.
 The control panel is to be clearly labelled via
hardwearing water-resistant self-adhesive labels
that identify all controls and MCB circuits. The
panel is to be hinged at the base, with a top
mounted lock for access behind for servicing.
g. Over shelves: To be supported from concealed fixed bench
legs that is flanged at the counter top.
h. Lighting and Heating Lights to Heated Over shelf Section:
 The upper shelf is to heat the level below via
infra-black elements as available from Hatco, or
equal. The infra-black elements are to use a flat
black panel (emitter) as the heat source. The
elements are to be mounted on the underside of
the upper shelf achieving a distance between the
underside of the shelf and the lower shelf
mounting surface of 270mm.
 The emitters are to provide an even and precisely
controllable heat source to achieve a uniform food
temperature at close distances. The upper shelf is
to be fitted with a double bank of panels, being
Hatco GRAIH-60 + GRAIH-72, with a 76mm
spacer between.
 The warmers are to be fitted with thermostats to
control the temperature of the emitter. The shelves
are to be supplied complete with remote controls
which are to be mounted within a recessed section
of the counter control panel.
 The warmers are to be supplied complete with a
remote control enclosure, element emitter wire
guards and a dual mounting spacer.
 To be suitable for operation from a 240volt single
phase supply.
 The lights shall be located to achieve an even heat
pattern over the entire length of the shelves and be
capable of holding food without continuing the
cooking cycle or drying food.
 The entire width of the top of the upper shelf is to
also be fitted with a recessed heated plate to
provide an additional heated service surface
without top heating.
Services Generally: All services are to be designed and installed to comply with latest
codes/regulations. All services connections and fittings are to be
internal to the counter.

© 01 International W.L.L Food Service Equipment


11400-185
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Counter and all components serviced from it
are to be suitable for connection to a 6kW 240volt incoming supply.
Wiring to the counter shall be from coiled cables terminated at low
level adjacent to the control panel.
Earth bonding of items located within the counter is to be by the
Catering Equipment Contractor via separate earth conductors,
connected to incoming provision made by the Electrical Services
Contractor.
Other Details: To be manufactured in accordance with the requirements of the
general specification. The Catering Equipment Contractor shall
submit a shop drawing showing fabrication details, for review and
authorization prior to manufacture.
Serviceable Period: 2-year parts and labor.
Model: Specialist Stainless Steel Fabricator + Hatco 1no GRAIH-72 +1no
GRAIH-60(remote controllers)
30. ITEM 12.30: Stainless Steel Construction Service counter, Complete with Riser, Pass
through Hot Cabinet, Ambient Storage Section under And Two Tier Heated over shelf,
4000X900X1650 MM
Quantity: 1no
Approximate Size: 4000mm wide x 900/400mm deep x 910/1350/1650mm high
Description: Stainless steel construction service counter, complete with riser,
ambient storage section under and heated and ambient over shelves
Features: Incorporating the following from left to right (kitchen side):
a. Top: 18/10 304-grade 14-gauge (2mm) stainless steel top
with bullnosed edges, radiused at ends. The counter top is
to oversail the base by 50mm on the entire length of the
service side.
b. Services Riser: 350mm wide x 200mm deep electrical
services riser column to one end.
c. Legs: Counter to be mounted on 180mm high adjustable
legs.
d. Counter Cladding: Both ends of counter and the service
side of the counter not used for storage bays are to be
panelled in 304-grade stainless steel.
e. Hot Storage: 1x2000mm+1x1200 width hot storages pass
through section and ambient 1x600 mm pass through
cabinet with hinged doors under, being entirely lined in
stainless steel. The bay is to be fitted with a base storage
shelf and an adjustable height intermediate shelf.
f. Section Housing Counter Consumer Unit and Control
Panel: To be located on the left hand end face, in a 300mm
wide x 250mm deep paneled bay concealed by a stainless
steel door.
g. Heated and Ambient Over shelves: The counter is to be
fitted with a 1400mm long x 400mm deep two-tier heated
service over shelves set at 350 and 700mm above counter
top and, adjacent, a single 1400mm long x 400mm deep
ambient over shelf set at 700mm above the counter top.
The over shelves are to be pass-through type with heights
subject to review on receipt of working drawings.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 16 gauge 304-grade stainless steel. To incorporate:

© 01 International W.L.L Food Service Equipment


11400-186
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Top: Top to be 14-gauge (2mm) stainless steel, with a


55mm bullnose to all sides. All profile details to match
those of adjacent specially fabricated tables and sinks. Top
reinforced and soundproofed under with a 16-19mm thick
rot-proof insulated panel finished with a stainless steel
cladding panel securely fixed under. The top is to be
without any butt joints and braced under to prevent the top
distorting or buckling. Top to be site welded as necessary
according to access requirements.
b. Services Riser: To have an electrical services riser column
to one end. The riser will provide the electrical cable
routing from above to serve all electrical sockets/services
mounted within counter. The riser is to be co-ordinated and
suited with the counter top and over shelf to provide tidy
detailing. The top of the riser is to extend 50mm above the
suspended ceiling and the interface is to be sealed with a
stainless steel flange/frame.
c. Frame: Unit mounted on 38mm stainless steel frame, with
25mm tie bars where appropriate. Counter to be mounted
on 180mm high adjustable legs.
d. Counter Paneling: All visible sections and any voids are to
be panelled in 304-grade stainless steel.
e. Storage Sections: All sides and rear sections to the
shelving and cupboard bays are to be insulated paneled in
304-grade stainless steel.
f. Section Housing Counter Consumer Unit and Control
Panel: Located to the facing left hand end in a paneled bay,
shall be the counter control panel, fitted in 450mm wide
housing.
 The incoming electrical supply will be routed to
this section which is to contain the MCB and all
switches. The control panel is to be recessed and
concealed behind a Perspex-hinged door and is to
include a master isolator switch, with individual
circuit protection by miniature circuit breakers.
 The control panel is to be clearly labelled via
hardwearing water-resistant self-adhesive labels
that identify all controls and MCB circuits. The
panel is to be hinged at the base, with a top
mounted lock for access behind for servicing.
g. Over shelves: To be supported from concealed fixed bench
legs that is flanged at the counter top.
h. Lighting and Heating Lights to Heated Over shelf Section:
 The upper shelf is to heat the level below via
infra-black elements as available from Hatco, or
equal. The infra-black elements are to use a flat
black panel (emitter) as the heat source. The
elements are to be mounted on the underside of
the upper shelf achieving a distance between the
underside of the shelf and the lower shelf
mounting surface of 270mm. The emitters are to
provide an even and precisely controllable heat
source to achieve a uniform food temperature at
close distances. The upper shelf is to be fitted
with a double bank of panels, being Hatco
GRAIH-72 + GRAIH-72, with a 76mm spacer
between.

© 01 International W.L.L Food Service Equipment


11400-187
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

 The warmers are to be fitted with thermostats to


control the temperature of the emitter. The shelves
are to be supplied complete with remote controls
which are to be mounted within a recessed section
of the counter control panel.
 The warmers are to be supplied complete with a
remote control enclosure, element emitter wire
guards and a dual mounting spacer.
 To be suitable for operation from a 240volt single
phase supply.
 The lights shall be located to achieve an even heat
pattern over the entire length of the shelves and be
capable of holding food without continuing the
cooking cycle or drying food.
 The entire width of the top of the upper shelf is to
also be fitted with a recessed heated plate to
provide an additional heated service surface
without top heating.
Services Generally: All services are to be designed and installed to comply with latest
codes/regulations. All services connections and fittings are to be
internal to the counter.
Electrical Services: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Counter and all components serviced from it
are to be suitable for connection to a 6kW 240volt incoming supply.
Wiring to the counter shall be from coiled cables terminated at low
level adjacent to the control panel.
Earth bonding of items located within the counter is to be by the
Catering Equipment Contractor via separate earth conductors,
connected to incoming provision made by the Electrical Services
Contractor.
Other Details: To be manufactured in accordance with the requirements of the
general specification. The Catering Equipment Contractor shall
submit a shop drawing showing fabrication details, for review and
authorization prior to manufacture.
Serviceable Period: 2-year parts and labor.
Model: Specialist Stainless Steel Fabricator + Hatco 2no GRAIH-72
(remote controllers
31. ITEM 12.31: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
32. ITEM 12.32: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
33. ITEM 12.33: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
34. ITEM 12.34: Self Contained Gstronorm GN 2/1 Stainless Steel Internally &Externally
Reach-In Refrigerator, With Two Doors, 1350L
Quantity: 2no
Approximate Size: 1400-1400mm wide x 800mm deep x 1965/2080mm high.
Description: 1300Litre capacity mobile upright refrigerated cabinet.
Features: Refrigerated cabinet to be designed for general produce and dairy
storage and to maintain +1O//+4OC. With an integral top mounted
air-cooled compressor and Gastronorm 2/1-size cupboard storage
compartment under. To be supplied with, and incorporate, the
following:

© 01 International W.L.L Food Service Equipment


11400-188
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Shelves: 8no Gastronorm 2/1-size nylon coated wire


shelves on fully adjustable non-tilt trayslides, mounted on
removable shelf supports. Maximum loading 35kg per
shelf. Shelves to be adjustable at maximum of 85mm
intervals.
b. Doors: 2no lockable doors with removable magnetic
gaskets. Doors to be right hand hinged.
c. Castors: Mounted on chemically resistant polyurethane
castors. Front castors to be lockable.
d. Compressor: With integral top mounted removable forced-
air refrigeration system that operates using R134a
refrigerant gas and which meets ISO climate Class 5,
operating up to +43OC ambient. With automatic off-cycle
defrost.
Manufacturing Detail: Cabinet to be to current European standards, be CE and/or NSF
approved and designed to ISO 9001 standards, using CFC free
polyurethane insulation and refrigerant. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards.
Manufacturing Detail: Finish: Cabinet to have a stainless steel exterior (minimum grade
430) and a stainless steel interior. Door to be self-closing, with
dwell at 90O. Door exterior to have integral, flush door handle.
Cabinet interior to have coved corners and be fitted with
shelf/trayslide supports that are removable via twist bolts.
Fan cover is to be removable for cleaning and evaporator coil is to
be coated to provide protection against corrosive foods. Fan to
automatically cut out when the door is open.
Electrical Controls: To operate from a 240volt 13amp electrical supply. To be supplied
complete with a 2-metre mains lead and moulded-on plug top. To
comply with EN 60335-2-38: European standard for the safety of
electric appliances.
Control Panel: To have a high level, flush finish, touch pad operated control panel
incorporating status display. Panel to be water-resistant and
incorporate an LED digital temperature display, High-Low
Temperature Alarm, Defrost Indicator and Compressor Running
Indicator.
Serviceable Period: 2-year parts and labor.
Optional Items: To be supplied complete with:
1. Stainless steel main back.
2. 2no additional Gastronorm 2/1-size nylon coated wire
shelves complete with fully adjustable non-tilt tray slides.
3. 2-metre helicoil mains lead.
Model: Foster, Model: EPREM G1350H or Williams: HG2T-SS, or equal
and approved
35. ITEM 12.35: Stainless Steel Service Wall with Stainless Steel Top and Side Panels
Quantity: 1no
Approximate Size: 4000mm wide x 200mm deep x 900mm high.
Description: Stainless steel 304-18/10 14 gauges central floor standing structure
to house services, pipes and cables of the cooking equipment island.
Features: Item incorporating:
a. Stainless steel top, side and cladding panels, manufactured
in stainless steel. Low level panels are to be demountable
to provide access to services and to the waste outlet
associated with the ventilation canopy.

© 01 International W.L.L Food Service Equipment


11400-189
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Services Drop Access: Located to one end section behind


the ambient counters. Waste services from the ventilation
canopy will also drop at this point to low level. Positioning
of the wall is to be co-ordinated with the waste outlet
positions.
Manufacturing Detail: Manufactured all in 304-grade 2mm thick stainless steel.
a. Plinth: All equipment is to be supported from a centre wall.
The base is to incorporate an adjustable height plinth to
accommodate any variations in floor level.
b. Plinth Frames: All plinth frames associated with the wall
are to be telescopic type, supplied and fixed in advance of
the main installation, to permit the floor finish to be coved
up around the base.
Services Generally: All services are to be designed and installed to comply with latest
codes/regulations. All services connections and fittings for the
designated cooking appliances are to be routed within the wall and
within the void area created to the rear of the cooking appliances for
the equipment services. All services shall terminate with flexible
hoses and quick disconnect assemblies.
Electrical Services: Each appliance shall be individually wired from isolators mounted
in the service riser through the service void to the rear of the
cooking appliances to waterproof type BS 4343 quick disconnect
plug and socket outlets. Electrical services are to be run using
waterproof flexible conduit. Plug and socket connectors are to be
supplied within this contract.
Earth bonding of items located about the spine is to be by the
Catering Equipment Contractor, connected to incoming provision
made by the Electrical Services Contractor.
Other: The item is to be installed, tested and commissioned by the Catering
Equipment Contractor. To suite with adjacent cooking appliances
with common manufacturer.
Model: KUPPERSBUSCH, Model: CUSTOM, or MKN: Optima Series
Wall 4000mm, or AMBACH or equal and approved
36. ITEM 12.36: Water Mixer Tower Type, On the Top Panel of Service Wall
Quantity: 2no
Approximate Size: 4000mm wide x 200mm deep x 900mm high.
Description: Column mixing tap 3/4” with swiveling spout reach 300 mm / spout
height 500 mm
Serviceable Period: 2-year parts and labor.
Model: Klarco, Fisher , T&S or equal and approved
2.013 AREA 13.0: MEAL AND TRAY ASSEMBLY AREA
1. ITEM 13.01: Meal And Tray Assembly Conveyor Round Belt, PROVIDE WITH 12-
Sockets 240/50/1
Quantity: 1no
Approximate Size: 8000mm wide x 500mm deep x 900mm high.
Description: Powered round belt meal assembly conveyors each designed to
transfer trays along a meal assembly line.
Features: Each item to incorporate:
a. Transport System: 300mm wide Food safe round belt.

© 01 International W.L.L Food Service Equipment


11400-190
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Variable Speed: With a variable drive speed of between


4and 20 meters per minute.
c. Framing: To have a stainless steel square tube under
structure.
d. Mechanical Stop: To be fitted with an optical limit switch
to stop the belt when a tray reaches the end of the
conveyor.
e. Emergency Stop Switches: To have an emergency stop
switch at both ends of the conveyor.
f. Sockets: To be fitted with a total of 12no 13amp 3-pin
socket outlets, mounted with 6no on each side of the
conveyor, located to suit the position of the dispensing
carts.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
a. Framing: The conveyor decking, all drive cabinet panels
and removable filters are to be manufactured from
minimum 16swg 304-quality stainless steel. All internal
cross supports and belt guides are to be manufactured from
304 quality 20mm x 20mm stainless steel. Conveyor
framework is to be manufactured from 304 quality 40mm
stainless steel legs with 304 quality 25mm fully welded
cross bars at high level. To be constructed entirely in
stainless steel and mounted on adjustable height legs.
b. Cable Duct: The conveyor frame is to be fitted with a cable
duct to both sides under its entire length.
c. Conveyor Belt: To have an ultra-smooth wear resistant
round belt that is protected by a white PVC coating over
two layers of polyester linings, being resistant to moisture
and food material. It is to be slightly expandable to allow
the belt to be lifted for cleaning. The belt is to be joined by
appropriate welding to form a continuous loop. It is to be
freely accessible on the underside of the conveyor.
d. Optical Limit Switch: To have an optical limit switch
mounted in the end of the conveyor that stops the belt
running when carried items reach the end of the belt.
Control and Drive Housing: The drive, gearing and
electrical controls are to be housed within an enclosed
motor compartment at the belt end. The motor housing is
to be easily accessible for cleaning. The control housing is
to be fitted with a removable protective tray together with a
belt scraper that is mounted above the drive and the
controls, to collect debris and prevent soiling of the motor
compartment. The motor housing is to be accessible from
three sides for maintenance. Belt Drive: The belt is to have
a friction free glide with the drive via adjustable gears. To
have a variable speed transmission that can be
continuously adjusted, with a drive speed of between 4 and
20 meters per minute. The drive rollers and guide pulleys
are to have sealed bearings protected by labyrinth packing
to protect them against moisture and humidity. The drive
roller is to be coated with an oil and grease resistant rubber
covering. The roller bearing is to be designed to be easily
removed by screws, for service. To have a maximum
carrying capacity of 120 N per meter and a motive power
of 45-50Nm.

© 01 International W.L.L Food Service Equipment


11400-191
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Dirt Stripper: To be fitted with a dirt stripper with


collection container that can be emptied easily.
Electrical Controls: To comply with EN 60335-2-39: European standard for the safety
of electric appliances. To be suitable for connection to a 24 kW
415volt three-phase electrical supply. To be installed to services
using a high temperature flexible connector and quick disconnect
plug socket.
All electrical controls are to be housed in a splash proof transparent
box that is mounted in the drive unit. All electrical sockets are to be
protected to IP 56, being hose proof.
The conveyor controls are to incorporate be 1no stop/start variable
speed station with emergency stop button and with 1no additional
remote emergency stop button located at the opposite end of the
conveyor. Stop/start, emergency stops and all other conveyor
control systems to be 24 volt.
Power Sockets: Power supply sockets are to be located along the
length of the conveyor, on either side to suit the proposed layout
and to provide power to the heated bain maries and dispensers that
are intended to be mounted either side of the conveyor. The sockets
are to be secured in a stainless steel duct under the conveyor. To be
fitted with a total of 12no 13amp 3-pin socket outlets. To be
supplied complete with holder brackets.
Other: Installation of the conveyor is to be fully co-ordinated with the tray
assembly equipment, which are to all be from the same
manufacturer. Detailed working drawings are to be submitted for
review prior to manufacture. They are to show co-ordination and
interface with all associated elements.
Accessories: To be supplied complete with:
1. Power Sockets: 16no Power sockets complete with bracket
holders.
2. Cable Ducts: Cable duct to both sides of conveyor.
3. Additional On/Off button (at beginning of conveyor)
4. Additional emergency stop button.
5. Swing-Out Table; Swing-out Table for Patient Cards,
located at the beginning of the conveyor. To be 350 x
325mm.
6. Belt reverse switch.
Model: Blanco: RSPV 8.0 Round Belt Conveyor + Accessories, or Hupfer:
Belt Conveyor EUCON 8000mm + Accessories, or equal and
approved
2. ITEM 13.02: Stainless Steel tray Dispenser on Casters, Capacity: 100 Trays, Dimensions:
510 X 800 X 900 MM
Quantity: 4 no
Approximate Size: 800-805mm wide x 545-560mm deep x 900mm high.
Description: Mobile column type tray dispensing trolleys, having open sides and
capacity to hold a minimum of 120no Gn1/1 530 x 325mm trays.
Features: To incorporate:
a. Platform: Tray stacking base mounted on a self-supporting
platform having an adjustable tension spring system.
b. Castors: Mounted on castors, two fitted with brakes.

© 01 International W.L.L Food Service Equipment


11400-192
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Capacity: 120kg load capacity.


Manufacturing Detail: To be of all stainless steel construction and incorporate:
a. Dispenser: Platform base to be mounted on a suitable
number of adjustable steel tension springs to allow for
different weights and for a constant dispensing height. The
springs are to be adjustable for constant dispensing height
and varying weight, up to a maximum stacking/dispensing
height of 690mm.
b. Platform Base: Stainless steel platform base approximately
540mm wide x 380mm deep.
c. Castors: Mounted on 4no 125mm diameter castors with
rustproof wheel fittings, 2no steerable castors fitted with
brakes. To have 2no steerable wheels and 2no non-steering
wheels. To be fitted with screw connections/bolts (to
ensure that the wheels can be easily changed) and with
strengthening steel plates under.
d. Handles and Bumpers: To be fitted complete with impact
resistant PU corner bumpers on the front of the base with a
further two bumpers integrated with the handles at the top.
The handles are to have stainless steel inserts.
Other: To be fully co-ordinated with the tray assembly equipment, which is
to all be from the same manufacturer?
Model: Blanco: Ecoline 564-313, or Hupfer: OTA/53-37 (01.1663.2), or
equal and approved
3. ITEM 13.03: Stainless Steel General Purpose Trolley Heavy Duty on Casters with 4
Shelves, Dimensions: 1095X695X1336 MM
Quantity: 2no
Approximate Size: 1100mm wide x 700mm deep (inc. buffers) x 1290/1335mm high.
Description: Mobile heavy-duty general-purpose trolleys with four shelf levels.
Features: To each be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg.
Heavy-duty chassis, with a welded 25mm diameter tubular frame
and integral handles.
125mm diameter all swivel castors, two with brakes.
Manufacturing Detail: To incorporate:
a. Chassis: To have a base chassis with welded cross
members.
b. Shelves: 4no, each approximately 1000 x 600mm and
having a dished top with 'all rounded' profile. To have a
35mm perimeter flange and sound deadening under. To be
welded to the framing.
c. Castors: To be 125mm diameter all-swivel stainless steel
non-marking heavy-duty type, secured by double tapered
screws to the chassis frame. 2no castors are to be fitted
with brakes. All castors are to be fitted with revolving
mark proof protection buffers and a hard noise-dampening
wheel with a polyamide tread and a soft rubber core,
designed for use on a hard floor. They are to be washable
and be manufactured with high quality stainless steel
stems, plastics and rustproof components.

© 01 International W.L.L Food Service Equipment


11400-193
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Blanco: SSW 10x6/4, or Hupfer: Ssw10x6/4, or equal and


approved
4. ITEM 13.04: Mobile Stainless Steel Gastronorm Trolley, Capacity: 18 GN 2/1,
Dimensions: 660X740X1660 MM
Quantity: 4no
Approximate Size: 646-664mm wide x 739-744mm deep x 1641-1687mm high.
Description: Stainless steel inter-stacking mobile carts, each accommodating 18-
Gastronorm Gn2/1 containers. Framing to be set to permit empty
trolleys to slide into each other for space saving storage.
Features: Each cart to be supplied complete with and incorporate:
a. Framing/Runners: Stainless steel 25mm square section
framing with 18 pairs of spill-proof ‘U’ shaped runners
welded to the framing at 73-75mm spacing. Runners to
have integral tray stops to front and back.
b. Special Castors: To be 125mm diameter all-swivel
stainless steel non-marking heavy-duty type, secured by
double tapered screws to the chassis frame. The castors
are to be suitable models from Tente International or equal
and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 All castors are to be fitted with revolving mark
proof protection buffers
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
Manufacturing Detail: Manufactured all in stainless steel (18/10-grade minimum). Frame
space to allow loading via 530mm container face to permit storage
of Gn1/1 and Gn2/1 containers.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied complete with:
1. 12no Gn1/1 x 65mm deep polycarbonate containers.
2. 6no Gn2/1 Stainless steel grid shelves.
3. 24no Gn1/1Polycarbonate lids.
Model: Blanco: RWRR 161 (569 850) + Containers + Special Castors, or
Hupfer: RWG/18U + Containers + Special Castors, or Tournus:
Gn2/1 Trolley (80.425.9) + Containers + Special Castors, or equal
and approved
5. ITEM 13.05: Mobile Stainless Steel Basket Dispenser, Capacity: 6 Baskets, Dimensions:
760X712X900 MM
Quantity: 4no

© 01 International W.L.L Food Service Equipment


11400-194
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Approximate Size: 760mm wide x 712mm deep x 900mm high.


Description: Mobile heavy-duty basket dispenser trolleys and capacity to hold 6
baskets
Features: Dispenser made from high-quality Stainless Steel. Solid frameless
self-supporting construction
Two ergonomically shaped push handles with integrated bumpers
protect against injuries at hands and damages at the equipment.
Optimum protection against bumping in the moving- direction by
two corner bumpers which are fixed below.
Together with the two push handles a protection all-around the unit
is guaranteed.
The handles and corner bumpers are made of high-quality, shock-
roof plastic material.
Corrosion-proof maintenance-free plastic wheels according to DIN
18867-8. Housing wheel-body is made of impact-proof plastic, tires
of thermoplastic rubber.
High-quality bearing by means of precision ball bearing with
integrated thread protection
2 swivel castors with total brake as well as 2 swivel or fixed castors.
It is no problem to replace the castors if necessary. Plate fixing of
the castors is made of Stainless Steel, Castor-Ø: 125 mm, load
capacity per castor: 100 kg.
Manufacturing Detail: Manufactured all in stainless steel (18/10-grade minimum). Frame
space to allow loading baskets 500X500 mm
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied complete with: 6 no baskets
Model: Blanco: CEE50/50, or Hupfer: KO/50-50stainless steel, or equal
and approved HUPFER, MODEL: KO/50-50 STAINLESS STEEL
6. ITEM 13.06: Mobile Stainless Steel Cool Dispenser, Basket Size: 500X500, Capacity: 7
Baskets at 75mm, Dimensions: 760X1090X900 R, MO
Quantity: 2no
Approximate Size: 1164-1313mm wide x 790-814mm deep x 945-1065mm high.
Description: Mobile refrigerated platform dispensers designed to accept 500 x
500mm dimension baskets and being specially designed to hold
product with a thermostat adjustable between 0O and +15OC. To be
used for dispensing cold food items.
Features: Each refrigerated platform dispenser is to incorporate:
a. Capacity: 5no 500 x 500m x 115mm high stainless steel
wire baskets. Load capacity 300 kg.
b. Stacking Platform: To have a 540 x 505mm grid stacking
platform that will accept 500 x 500mm baskets.
c. Temperature Range: Suitable for use within a special
temperature range, between 0/ +15OC (when lid is closed).
d. Refrigeration System: Having fan assisted air cooled
refrigeration system with on/off switch on end of unit.
e. Lid: To be supplied complete with stainless steel insulated
hinged cover with seal that can be raised to 90O and be
fixed in position.

© 01 International W.L.L Food Service Equipment


11400-195
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To be CE and/or NSF approved. To be manufactured in 18/10


stainless steel with a double-walled construction with 20mm
mineral fibre insulating cladding. To incorporate:
a. Dispenser: With a continuously adjusting grid platform
dispenser fitted with a suitable number of heat resistant
steel tension springs. Springs to be adjustable for constant
dispensing height and varying weight. Stacker column,
rack and base to be in minimum 5mm stainless steel wire
that is coated with Rilsan plastic. Platform to be
approximately 535 x505mm.
b. Base Plate: Stainless steel base plate with opening for
cleaning.
c. Castors: Mounted on 4no 125mm diameter castors with
rustproof wheel fittings, 2no steerable castors fitted with
brakes. To have 2no steerable wheels and 2no non-steering
wheels. To be fitted with screw connections/bolts (to
ensure that the wheels can be easily changed) and with
strengthening steel plates under.
d. Handles and Bumpers: To be fitted complete with impact
resistant PU corner bumpers and handles with stainless
steel inserts.
e. Refrigeration System: To be fitted with internal
refrigeration system that is circulating air-cooled type.
Electrical Controls: To comply with EN 60335-2-39: European standard for the safety
of electric appliances.
The controls are to be mounted as a removable power pack for ease
of maintenance. The thermostat control is to be mounted on an inset
panel that has a waterproof on/off switch and mains light switch
together with a plug holder.
To be supplied complete with a 1800mm coiled cable with moulded
on 3-pin socket.
Other: To be fully co-ordinated with the tray assembly equipment, which is
to all be from the same manufacturer
Accessories: To be supplied complete with:
1. 5no 500 x500 x115mm high stainless steel wire baskets.
2. Insert tray with slit holes.
Serviceable Period: 2-year parts and labor.
Model: Blanco: CE-UK 53/53Special+ Accessories, or Hupfer: Cool stapler
BDC/50-50 Special + Accessories, or equal and approved
7. ITEM 13.07: Mobile Stainless Steel Bain Marie, 3 Well Foil Heating Capacity: 3 GN1/1-
200 mm, Dimensions: 1254X677X900 MM D
Quantity: 4no
Approximate Size: 1185-1276mm wide x 678-714+265-280mm deep x 900-933mm
high.
Description: Gn3/1 Gastronorm mobile heated bain maries with hinged plating
shelves on the long side.
Features: Each mobile bain marie is to incorporate:
a. Capacity: To have 3no individually controlled Gn1/1 size
bain marie wells. Each well is to have a capacity for Gn1/1
containers (or sub-divisions thereof) to a maximum depth
of 200mm. To be capable of being used with wet or dry
heat.

© 01 International W.L.L Food Service Equipment


11400-196
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Temperature Range: Suitable for use within a temperature


range between + 30OC and +90OC.
d. Heating: Having internal heating with on/off switch and
thermostatic controls on the end face of the unit.
e. Controls: To have solid state digital controls.
f. Under: To be mounted on a mobile frame and that is open
under and fitted with a base shelf.
g. Hinged Plating Shelf: To be fitted with a hinged plating
shelf on the long side.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To be manufactured in 18/10 stainless steel
with a double-walled construction with 20mm mineral fibre
insulating cladding. To incorporate:
a. Bain Marie Wells: The wells are to be welded without
joints or seams, with the top edges squared off at an angle
of 90O. They are to be insulated all round and be suitable
for either dry or wet heat. The entire bain marie assembly
is to be clad in stainless steel panels. To be fitted with a
drainage tap on the underside of each well.
b. Hinged Plating Shelf: Each unit is to be fitted with n 18/10
stainless steel hinged fold down shelf approximately 940-
1040mm wide x 265-280mm deep on the side face.
c. Heating: To be fitted with internal stainless steel 18/10
elements with an infinitely variable thermostat mounted on
an inset panel on the end face.
d. Framework: The unit is to be mounted on 25 x 25mm
square tube supports, with a base shelf that is welded to the
bottom of the framework. Shelf to have top turned down
on all sides. To have a plug holder mounted on the
underside of the framing at the opposite end to the control
panel.
e. Castors: Mounted on 4no 125 mm castors with rustproof
wheel fittings, 2no steerable castors fitted with brakes. To
have 2no steerable wheels and 2no non-steering wheels.
To be fitted with screw connections/bolts (to ensure that
the wheels can be easily changed) and with strengthening
steel plates under.
f. Handles and Bumpers: To be fitted complete with impact
resistant PU corner bumpers and handles with stainless
steel inserts.
Electrical Controls: To comply with EN 60335-2-39: European standard for the safety
of electric appliances.
Each well is to be capable of being individually controlled and each
controller is to be fitted with a continuously variable thermostat that
can be set between +30OC and +90OC. To be fitted with solid state
electronic digital controls with a digital temperature read-out for
each well. The thermostat controls and digital read-outs are to be
mounted in an inset panel on the end face of the unit. The controls
are to include a waterproof on/off switch and mains light switch.
To be supplied complete with a 1800mm coiled cable with moulded
on 3-pin socket. Each bain marie is to be suitable for operation from
a 2.95kW 240volt single phase electrical supply.

© 01 International W.L.L Food Service Equipment


11400-197
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other: The items are to be fully co-ordinated with the tray assembly
conveyor, which are to all be from the same manufacturer.
Accessories: Each bain marie is to be supplied with:
1. 3no 200mm deep stainless steel Gn1/3 Gastronorm
containers.
2. 2no 200mm deep stainless steel Gn1/2 Gastronorm
containers.
3. 1no 150mm deep stainless steel Gn1/1 Gastronorm
containers.
4. 3no stainless steel Gn1/3 Gastronorm lids.
5. 2no stainless steel Gn1/2 Gastronorm lids.
6. 1no stainless steel Gn1/1 Gastronorm lid.
Serviceable Period: 2-year parts and labor.
Model: Blanco: SAW 3-AA (566.434) + Shelf + containers, or Hupfer:
SPA/EB-3-D (01.1926.5) + under shelf + SPA/EB-3 shelf +
containers, or equal and approved
8. ITEM 13.08: Mobile Stainless Steel Universal Dispenser For Round And rectangular
Crockery, Capacity: 510 Crockery, 510X750X900 MMD
Quantity: 5no
Approximate Size: 500-690mm wide x 750-885mm deep x 900mm high.
Description: Mobile ambient platform dispenser with adjustable internal guides.
For dispensing crockery and/or lids
Features: Each ambient platform dispenser to incorporate:
a. Capacity: Variable capacity, depending upon size and
shape of crockery that is used, with a capacity for
approximately 60 articles per stack and a total carrying
capacity of 120kg.
b. Stacking Platform: To have a grid stacking platform that
will accept adjustable column guides that can be located to
suit the size of articles to be carried. To accept a total of
6no guides per platform.
c. Lid: To be supplied complete with a rectangular
polycarbonate/ABS plastic cover.
Manufacturing Detail: To be CE and/or NSF approved. To be manufactured in 18/10
stainless steel with a double-walled construction with 20mm
mineral fibre insulating cladding. To incorporate:
a. Dispenser: With a continuously adjusting grid platform
dispenser fitted with a suitable number of heat resistant
steel tension springs. Springs to be adjustable for constant
dispensing height and varying weight. Stacker column,
rack and base to be in minimum 5mm stainless steel wire
that is coated with Rilsan plastic to prevent blackening of
crockery. Platform to be approximately 570 x 280mm.
Supplied complete with 2no stacking guide rods.
b. Base Plate: Stainless steel base plate with opening for
cleaning.
c. Castors: Mounted on 4no 125mm diameter castors with
rustproof wheel fittings, 2no steerable castors fitted with
brakes. To have 2no steerable wheels and 2no non-steering
wheels. To be fitted with screw connections/bolts (to
ensure that the wheels can be easily changed) and with
strengthening steel plates under.

© 01 International W.L.L Food Service Equipment


11400-198
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Handles and Bumpers: To be fitted complete with impact


resistant PU corner bumpers and handles with stainless
steel inserts.
Other: To be fully co-ordinated with the tray assembly equipment, which is
to all be from the same manufacturer.
Serviceable Period: 2-year parts and labor.
Model: Blanco: UNI-59/59 (572.197), or Hupfer: UST/57-28, or equal and
approved
9. ITEM 13.09: Mobile Stainless Steel Heated Plat Dispenser, Crockery size: ∅ 270-330
MM, Capacity: 122 Plates, Dimensions: 530X1055X900
Quantity: 6 no
Approximate Size: 460-513mm wide x 932-980mm deep x 900mm high.
Description: Double column mobile heated plate dispenser for round plates.
Features: Each plate dispenser to incorporate:
a. Plate Capacity: Each dispenser is to have a capacity for
approximately 120 plates in two dispenser columns and
have an adjustable crockery guide to accept  210-260mm
crockery.
b. Stacking Height: To have a stacking height of
approximately 620mm.
C. Temperature Range: Suitable for use within a temperature
range up to +110OC.
d. Heating: Having internal convection fan heating with
on/off switch on side of unit.
e. Lid: To be supplied complete with polycarbonate/ABS
plastic cover.
Manufacturing Detail: To be CE and/or NSF approved. To be manufactured in 18/10
stainless steel with a double-walled construction with 20mm
mineral fibre insulating cladding. To incorporate:
a. Dispenser: With a continuously adjusting dispenser fitted
with a suitable number of heat resistant steel tension
springs. Springs to be adjustable for constant dispensing
height and varying weight. Stacker column, rack and base
to be in minimum 5mm stainless steel wire that is coated
with Rilsan plastic to prevent blackening of crockery.
b. Base Plate: Stainless steel base plate with opening for
cleaning.
c. Heating: To be fitted with internal convection fan heating
system with a thermostat mounted on an inset panel.
d. Handles and Bumpers: To be fitted complete with impact
resistant PU corner bumpers and handles with stainless
steel inserts.
e. Castors: Mounted on 4no 125mm diameter castors with
rustproof wheel fittings. To have 2no steerable wheels and
2no non-steering wheels, 2no steerable wheels fitted with
brakes. To be fitted with screw connections/bolts (to
ensure that the wheels can be easily changed) and with
strengthening steel plates under.
Electrical Controls: To comply with EN 60335-2-39: European standard for the safety
of electric appliances.

© 01 International W.L.L Food Service Equipment


11400-199
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Each plate dispenser is to be fitted with a continuously variable


thermostat that can be set between +20OC and +110OC and be
suitable for operation from a 1.5-1.8kW 240volt single phase
electrical supply. The thermostat control is to be mounted on an
inset recessed panel that has a waterproof on/off switch and mains
light switch together with a plug holder. The controls are to be
mounted as a removable power pack for ease of maintenance. To be
supplied complete with a 1800mm coiled cable with moulded on 3-
pin socket.
Other: The dispensers are to be fully co-ordinated with the tray assembly
conveyor and other dispensing equipment, which are to all be from
the same manufacturer.
Serviceable Period: 2-year parts and labor.
Model: Blanco: 2 SHV 21-26, or Hupfer: TEH-2/V, or equal and approved
10. ITEM 13.10: Stainless Steel Rack Gastronorm Trolley for Baking Trays Dimensions:
533X696X1817 MM
Quantity: 3 no
Approximate Size: 533mm wide x 696mm deep x 1817mm high.
Description: Stainless steel inter-stacking mobile carts, each accommodating 20
Baking trays 400x600mm. Framing to be set to permit empty
trolleys to slide into each other for space saving storage
Features Structure Solid, self-supporting and hygienic structure made from stainless
steel.
Characteristics Gastronorm trolleys made from stainless steel,25 x 25 mm, with 20
pairs of fixed, welded-in, L shaped supporting rails, with protection
against slipping through on both sides, to receive baking trays, 600
x 400 mm, rail distance amounts 75 mm. 2 transversal bars made
from stainless steel – rectangular profile, 20 x 10 mm, heights
welded in a staggered way.
Ergonomics 4 bumpers at the chassis as protection against collision Chassis
Serviceable Period: 2-year parts and labor.
Model: Hupfer: RWG/20B stainless steel, or equal and approved
11. ITEM 13.11: Stainless Steel Tray Trolley with Partition Wall For a Thermic Separation
Of Food On Trays, Dimensions: 885X950X1564 MM
Quantity: 20 no
Approximate Size: 885mm wide x 950mm deep x 1564mm high.
Description: Tray meal distribution trolley made of stainless steel with a fixed
partition wall for a thermic separation of food on the trays.
Equipped with a side wall to keep 4
Eutectic plates 530 x 325 x 30 mm
Features: Tray trolley, manufactured from high-quality stainless steel, isolated
without CFC, with double-walled wing door, 270° turn able. Top of
the trolley is fitted with a gallery, to secure the transport of crockery
baskets. Clearance of the left inner room of the trolley: 115 mm.
With vertical push handles at the trolley corners so that the trolley
can easily be maneuvered when the door is open. A standard
transport latch supports a safe transport. Mounted on 2 swivel
castors with brake and 2 fixed castors in galvanized housings, Ø
160 mm. Also fitted with bumper at bottom frame, Trolley with
passive cooling is prefixed with specially right side wall to keep
eutectic cooling plates. Also fitted with support clamps to insert the
trays

© 01 International W.L.L Food Service Equipment


11400-200
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Accessories: 4 no Eutectic plates 530 x 325 x 30 mm for each trolley


Serviceable Period: 2-year parts and labor.
Model: HUPFER, MODEL: TTW/TT 1/20 B-PK-115 S/S or equal and
approved
12. ITEM 13.12: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 3no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
13. ITEM 13.13: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.014 AREA 14.0: DIET KITCHEN AREA
1. ITEM 14.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.

© 01 International W.L.L Food Service Equipment


11400-201
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Refuse Bin: With stainless steel housing and a refuse bin


for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 14.02: Stainless Steel Knives Sterilizing Cabinet W/ Grid UV Radiation
Technology
Quantity: 1no
Approximate Size: 510-540mm wide x 140-170mm deep x 565-640mm high.
Description: Stainless steel finish wall mounted knife sterilizing cabinet.
Features: To incorporate the following:
a. Stainless steel rear, side and base panels. Perspex hinged
door.
b. Removable grid knife bar.
c. UV germicide lamp.
d. Timer controls.
Electrical Supply: Suitable for connection to a 240volt single-phase spur outlet.
Other: To be CE and/or NSF approved. The door is to be interlocked with
a micro switch, to cut the power to the UV tube when the door is
opened. To be mounted with the underside of the cabinet at
1350mm above finished floor level.
Serviceable Period: 2-year parts and labor.
Model: P&L Systems: KC10, or Sofinor: MZ031, or Tournus: 806 438,
orequal and approved
3. ITEM 14.03: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash,
Dimensions: 1800X400X700
Quantity: 1no
Approximate Size: 1800mm wide x 400mm deep x 700-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.

© 01 International W.L.L Food Service Equipment


11400-202
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Shelves: 2no 1800mm wide x 400mm deep solid wall


shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving, or Sofinor: Wall Adjustable
Shelves, or Tournus: Adjustable Wall Shelf, or equal and approved
4. ITEM 14.04: Modular Stainless Steel Ambient Unit W/Waste Drawer and Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails
Built in grip mouldings _ Basic hygiene: Inside of cupboard
completely smooth without projecting profiles and frames
Width 400 mm = 1 plastic container a 38 Liter capacity Width 600
mm = 2 plastic containers a 38 Liter capacity
Side panels double walled _ Complete made of stainless steel
1.4301
For free standing installation back panel necessary
Height 700 mm (without feet and worktop)
Unit is provided with stainless steel plinth and to be fixed upon the
legs with special clips
Features Manufacture all in Stainless steel 304, 18/10
Serviceable Period: 2-year parts and labor
Model: Tournus, Electrolux (custom) or equal and approved
5. ITEM 14.05: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthens the structure.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and o n the lower part on a
hidden runner

© 01 International W.L.L Food Service Equipment


11400-203
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

All edges should be smooth to avoid any safety problem with daily
use.
45° degrees internal side corners junction system and internal
middle-shelf, height-adjustable in
3 positions, with an inner double fold to eliminate gaps between
sides and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
6. ITEM 14.06: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.
Bull-nose special shape front profile, without burrs, avoids water
leakage on the modules underneath.
100 mm boxed heavy duty splash back with a 45° degree top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400,Tournus, Marneo or equal and
approved
7. ITEM 14.07: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved

© 01 International W.L.L Food Service Equipment


11400-204
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. ITEM 14.08: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved
9. ITEM 14.09: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
10. ITEM 14.10: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
1200X680X860MM
Quantity: 3no
Approximate Size: 1200mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.
Features: Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges).
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sound deadening reinforcements between internal and external side
panels, strengthen the structure.
Ambient units are mounted on 150 mm height adjustable
(0/+90mm) oversized (65x65 mm) feet.
Stainless steel plinth to be provided
Model: Electrolux, Model: TERG12, or equal and approved
11. ITEM 14.11: Modular Stainless Steel Ambient Unit with Drawers & Stainless Steel Plinth
Dimensions: 400X680X860MM
Quantity: 2no

© 01 International W.L.L Food Service Equipment


11400-205
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Approximate Size: 400x680x860 mm


Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing.
Units incorporate front and rear longitudinal stainless steel c-
channel basement reinforcement 15/10 thickness.
Sound deadening reinforcements between internal and external side
panels strengthen the structure.
Drawers made in 304 AISI stainless steel
Telescopic runners to ease extraction of GN containers
Stainless steel plinth will be provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved
12. ITEM 14.12: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash,
Dimensions: 2800X400X700
Quantity: 1no
Approximate Size: 1800mm wide x 400mm deep x 700-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 2800mm wide x 400mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:
Brackets: The shelf brackets are to be fitted to the wall brackets
with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving, or Sofinor: Wall Adjustable
Shelves, or Tournus: Adjustable Wall Shelf, or equal and approved
13. ITEM 14.13: Table Top Variable Speed Cutter Mixer, Bowl Capacity: 7L With Stainless
Steel straight & Serrated Blade Knifes
Quantity: 1no
Approximate Size: 280-300mm wide x 380-402mm deep x 470-520mm high.
Description: Minimum 6 Liter capacity tabletop blender/mixing machine.

© 01 International W.L.L Food Service Equipment


11400-206
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


Bowl: 6-7 Liter capacity stainless steel mixing bowl.
Lid: See-through lid.
Manufacturing Detail: To be CE approved. With all metal base, stainless steel mixing bowl
and flat bladed knife. To have automatic speed range selection of
300 to 3000rpm or a fixed speed of 1500rpm.
Electrical Supply: Having 2HP motor (minimum), rated at 5.8amps and operating from
a single-phase electrical supply. Motor to be complete with
overload protection and re-set facility. With push button low
voltage controls. To be supplied with a two metre cable and 240volt
single-phase 3-pin socket. To have both electrical and mechanical
interlock safety switches, which stop the machine from operating
when the bowl is removed from the operating position.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied with 1no serrated edged/blending cutting blade
assembly.
Model: Brunner-Anliker: 6L Cutter, or Nelma: VCB 61 + blending blade
assembly, or Hobart: VCB61-10, or Robot Coupe: R6VV + serrated
blade assembly, or Equal and approved
14. ITEM 14.14: Table Top All Purpose Mixer, Capacity: 5 Liters, With Stainless Steel Bowl,
Flat Beater, Wire Whip and Dough Hook
Quantity: 1no
Approximate Size: 264mm wide x 381mm deep x 432mm high.
Description: 5 Liter capacity mixing machine.
Features: With manual bowl lift, overload safety system, removable safety
guard and the following tools and attachments:
a. Stainless Steel 5 Liter Bows
b. Beater
c. Whip
d. Spiral Hook
Manufacturing Detail: To be CE approved. Manufacturing details and technical elements
are to comply with all currently applicable hygiene and safety
standards. Safety: To be manufactured to comply with the
requirements of the EC Machine Safety Directive 89/392/EEC as
amended by 91/368/EEC and 93/44/EEC for safety and hygiene. To
have:
Machine Body: Grey alloy all metal machine body.
Mixing Action: To have an oil-free planetary mixing action.
Guard: To be supplied complete with bowl guard.
Electrical Supply: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. Mixer to operate from a 1/6HP 0.325kW
13amp single-phase variable speed motor. To have overload reset
button. To be suitable for operation from a 240volt single-phase
electrical supply. To be supplied complete with a two metre mains
lead and moulded-on 3-pin plug top.
Serviceable Period: 2-year parts and labour.
Accessories: To be supplied complete with the following additional attachments:
1. 1no Stainless Steel 4.8 Litre Bowl
Model: Hobart: N50-110 (Europe), or equal and approved

© 01 International W.L.L Food Service Equipment


11400-207
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

15. ITEM 14.15: Compact Processing Scale, 15 kg


Quantity: 1no
Approximate Size: Platform: 233-310mm wide x 250-273mm deep x 142mm high.
Description: Minimum 15kg capacity free standing table mounted scale with
large, front and rear seven-segment LED displays and to be suitable
for battery operation.
Features: To each be supplied complete with and incorporate:
a. Platform: To have a shock absorbing base to provide
protection against overload and impact forces. With a
minimum 15 kg capacity with 2 gram weighing intervals
 Indicator: Battery powered weighing indicator
which reads in kg.
 Display: There is to be a back lit LCD display.
The display is to be made up of display fields for
weight values, status and scale
specific/verification-related data.
 Keypad: The indicator is to incorporate 27 key
inscribed foil keypad and have 7 freely assignable
and configurable function keys to permit direct
accessing of definable weighing functions.
 Interfaces: The terminal is to be fitted with a
serial interface with infra red adaptor, thereby
permitting interface with a laptop to permit data
exchange.
Manufacturing Detail: To be CE approved and comply with European standard EN 335-2-
59. Manufacturing details and technical elements are to comply
with all currently applicable hygiene and safety standards and be
ISO9002 certificated. To incorporate:
Platform: To be in stainless steel (1.4301) with a plain flat surface.
To have corrosion resistant stainless steel load cell with 5-point
500% overload protection.
Weighing Indicator Housing: To be in stainless steel (1.4301). To
be protected to IP 68.
Electrical Services: Each scale is to be suitable for operation from a 6-VDC battery pack
that will provide 4-6 hours operation from full charge. The battery
packs are to be capable of charging from 13amp 240volt electrical
supplies.
Installation: The supplier is to install, test and commission all weighing
equipment components. Mounting and adjustment is to be by
authorized personnel in accordance with the manufacturer’s
instructions.
Serviceable Period: 2-year parts and labor.
Accessories: Spare Battery Packs: The scale is to be supplied complete with 1no
additional standby battery pack.
Model: Bizerba: EC II 100+ 1no Battery Pack, or OHAUS, Model:
V21PW15 or equal and approved
16. ITEM 14.16: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 2800X700mm
Quantity: 1no
Approximate Size: 2800x700x40(50) mm

© 01 International W.L.L Food Service Equipment


11400-208
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA28A, Tournus, Mareno or equal and
approved
17. ITEM 14.17: Self Contained Gstronorm GN 2/1 Stainless Steel Internally &Externally
Reach-In Freezer, With One Door, 600L
Quantity: 1no
Approximate Size: 700-737mm wide x 800-824mm deep x 1970-2100mm high
Description: 600 Liter capacity mobile upright deep freeze cabinet designed for
frozen food storage and to maintain -18O/-21OC in the compartment.
Cabinet having an integral top mounted air-cooled compressor and
Gastronorm 2/1-size cupboard storage compartment under.
Features: To be supplied with, and incorporate, the following:
a. Shelves: 4no 2/1-size Gastronorm nylon coated wire
shelves on fully adjustable non-tilt trayslides, mounted on
removable shelf supports. Maximum loading 35kg per
shelf. Shelves adjustable at a maximum of 85mm intervals.
b. Door: Full height lockable door, fitted with a removable
magnetic gasket. Door to be right hand hinged.
c. Castors: Mounted on chemically resistant polyurethane
castors. Front castors to be lockable.
d. Refrigeration System: With integral top mounted air-
cooled removable forced air refrigeration systems that
operate using R134a refrigerant gas and meet ISO climate
Class 5, operating up to +43oC ambient. With automatic
off-cycle defrost.
Manufacturing Detail: Cabinet to be to current European standards, be CE approved and
designed to ISO 9001 standards, using CFC free polyurethane
insulation and refrigerant. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards.

© 01 International W.L.L Food Service Equipment


11400-209
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To incorporate:


a. Finish:
 Cabinet to have a stainless steel exterior and a
stainless steel interior.
 To have stainless steel main unit back.
 Interior to have coved corners and be fitted with
shelf/tray slide supports that are removable via
twist bolts.
 Door to be self-closing, with dwell at 90O and
integral, flush door handle.
b. Fan: Fan cover is to be removable for cleaning and
evaporator coil is to be coated to provide protection against
corrosive foods. Fan to automatically cut-out when the
door is open.
Electrical Supply: To comply with EN 60335-2-39: European standard for the safety
of electric appliances. To operate from a 240volt 13amp electrical
supply. To be supplied complete with a 2-metre mains lead and
moulded-on plug top.
Control Panel: To have a high level, flush finish, touch pad operated control panel
incorporating status display. Panel to be water-resistant and
incorporate an LED digital temperature display, high-low
temperature alarm, defrost indicator and compressor running
indicator.
Temperature Recording System: The cabinet is to be installed to the temperature recording
system item B-53.09, with temperature and plant status data
transferred to the recording system.
Serviceable Period: 2-year parts and labor.
Accessories: Item to be supplied complete with:
1. Right hand hinged door.
2. 2no additional Gastronorm 2/1-size nylon coated wire
shelves complete with fully adjustable non-tilt tray slides.
3. 2-metre helicoil mains lead.
4. Stainless steel main unit back.
Model: Foster: PREM G 600L (S/S) + Accessories or Friginox: Gl-650 +
Accessories, or Williams: LG1TSS + Accessories, or equal and
approved
18. ITEM 14.18: Self Contained Gstronorm GN 2/1 Stainless Steel Internally &Externally
Reach-In Refrigerator, With One Door, 600L
Quantity: 2no
Approximate Size: 700-737mm wide x 800-824mm deep x 1970-2100mm high
Description: 600 Liter capacity mobile upright refrigerated cabinet designed for
chilled food storage and to maintain +1O/+4OC in the compartment.
Cabinet having an integral top mounted air-cooled compressor and
Gastronorm 2/1-size cupboard storage compartment under.
Features: To be supplied with, and incorporate, the following:
a. Shelves: 4no 2/1-size Gastronorm nylon coated wire
shelves on fully adjustable non-tilt tray slides, mounted on
removable shelf supports. Maximum loading 35kg per
shelf. Shelves adjustable at a maximum of 85mm intervals.

© 01 International W.L.L Food Service Equipment


11400-210
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Door: Full height lockable door, fitted with removable


magnetic gaskets. Door to be right hand hinged and be
fitted with a glazed vision panel.
c. Castors: Mounted on chemically resistant polyurethane
castors. Front castors to be lockable.
d. Refrigeration System: With integral top mounted air-
cooled removable forced air refrigeration systems that
operate using R134a refrigerant gas and meet ISO climate
Class 5, operating up to +43oC ambient. With automatic
off-cycle defrost.
Manufacturing Detail: Cabinets to be to current European standards, be CE approved and
designed to ISO 9001 standards, using CFC free polyurethane
insulation and refrigerant. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. To incorporate:
a. Finish:
 Cabinet to have a stainless steel exterior
(minimum grade 430) and a stainless steel
interior.
 To have stainless steel main unit back.
 Interior to have coved corners and be fitted with
shelf/tray slide supports that are removable via
twist bolts.
 Doors to be self-closing, with dwell at 90O and
integral, flush door handles.
b. Fan: Fan cover is to be removable for cleaning and
evaporator coil is to be coated to provide protection against
corrosive foods. Fan to automatically cut-out when the
door is open.
Electrical Supply: To comply with EN 60335-2-39: European standard for the safety
of electric appliances. To operate from a 240volt 13amp electrical
supply. To be supplied complete with a 2-metre mains lead and
moulded-on plug top.
Control Panel: To have a high level, flush finish, touch pad operated control panel
incorporating status display. Panel to be water-resistant and
incorporate an LED digital temperature display, high-low
temperature alarm, defrost indicator and compressor running
indicator.
Temperature Recording System: The cabinet is to be installed to the temperature recording
system item B-53.09, with temperature and plant status data
transferred to the recording system.
Serviceable Period: 2-year parts and labor.
Accessories: Item to be supplied complete with:
1. Right hand hinged door.
2. 2no additional Gastronorm 2/1-size nylon coated wire
shelves complete with fully adjustable non-tilt trayslides.
3. 2-metre helicoil mains leads.
4. Stainless steel main unit back.
5. Glazed Vision Panel

© 01 International W.L.L Food Service Equipment


11400-211
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Foster: PREM G 600H (S/S) + Vision Panel + Accessories, or


Friginox: HG-650 + Vision Panel + Accessories, or Williams:
HLG1TSS + Vision Panel + Accessories, or equal and approved
19. ITEM 14.19: Self Contained Reaching Cabinet Blast/Freezer No. Of Shelves: 10 and
Capacity: 36 Kg
Quantity: 1no
Approximate Size: 700-770mm wide x 790-804mm deep x 1546-1891mm high.
Description: Cabinet blast chiller capable of chilling 30-36 kg of product within
a 90minute period or freezing 36-40 kg of product within a 240
minute period.
Features: Cabinet to be supplied with shelves and to include:
a. Capacity: Chiller/freezer with a minimum 30 kg capacity.
To be capable of either chilling or freezing food via an
integral compressor operating using R404A refrigerant. To
chill food within current Environmental Health
Legislation. Refrigeration system to meet ISO climate
Class 5, capable of operation in up to a +43OC ambient.
b. Shelves: Supplied with no less than 8no Gastronorm Gn1/1
nylon coated wire shelves on fully adjustable trayslides,
mounted on removable ladderack uprights.
c. Door: Door with removable magnetic gasket.
d. Castors: Mounted on chemically resistant polyurethane
lockable castors.
e. Finishes: Grade 430 stainless steel exterior and grade 304
stainless steel interior.
Manufacturing Detail: Cabinet to be to current European standards, be CE approved and
designed to ISO 9001 standards, using CFC free polyurethane
insulation and refrigerant. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. To incorporate:
a. Finish:
 Cabinet to have a stainless steel exterior and a
stainless steel interior.
 To have stainless steel main unit back.
 Interior to have coved corners and be fitted with
shelf/tray slide supports that are removable via
twist bolts.
 Doors to be self-closing, with dwell at 90O and
integral, flush door handles.
b. Fan: Fan cover is to be removable for cleaning and
evaporator coil is to be coated to provide protection against
corrosive foods. Fan to automatically cut-out when the
door is open.
Control Panel: Control panel to be touch pad operated, programmable with 10 user-
defined programme features, including a probe chill option. To
incorporate an LED display showing time and temperature, an
alarm that sounds at the end of the chill cycle and an automatic
switch-to-hold facility. To have an alarm to indicate when
temperatures exceed safe limits during the hold cycle.

© 01 International W.L.L Food Service Equipment


11400-212
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Supply: To operate from a 13amp 240volt single phase electrical supply and
be supplied complete with a helicoil mains lead and socket
connector.
Other: To be installed with temperature monitor probes associated with
item B-53.09.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. 10no Gn 1/1 nylon coated wire shelves.
2. Helicoil mains lead.
Model: Foster: BCF36 + Accessories, or Williams: WBCF30, or equal and
approved
20. ITEM 14.20: Modular Refrigerated Counter with Built in Unit, Three Doors and
Stainless steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top
435-510 Liter counter refrigerators each designed to maintain food
at +1O/+4OC. Having integral air cooled compressor mounted to the
facing right side and 3no cupboard compartment with hinged doors
adjacent to the compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.
d. Compressor: With air cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket
Fan cover to be removable for cleaning, Evaporator coils to be
coated to protect against corrosive foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display

© 01 International W.L.L Food Service Equipment


11400-213
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Temperature Recording System: The counter is to be installed to the temperature recording


system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories To be supplied complete with:
1 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.
Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
21. ITEM 14.21: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
600X680X860MM
Quantity: 1no
Approximate Size: 600mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.
Features: Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges).
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sound deadening reinforcements between internal and external side
panels, strengthen the structure.
Ambient units are mounted on 150 mm height adjustable
(0/+90mm) oversized (65x65 mm) feet.
Stainless steel plinth to be provided
Model: Electrolux, Model: TERG06, or equal and approved
22. ITEM 14.22: AISI 304-18/10 Stainless Steel Work Top With Splash Back 16 Gauges
Thickness, 40 to 50 mm height, 3900X700mm, Welded Sink Unit One Bowl 400X400X250
MM and Gooseneck Faucet
Quantity: 1no
Approximate Size: 3900x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules

© 01 International W.L.L Food Service Equipment


11400-214
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Splash back rear part completely covered by stainless steel profile


100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
600mm wide Sink Section: Comprising of one sink bowl, 400 x 400
x 250mm deep, mounted into the top with a drip fillet all round.
Sink Fittings: The bowl is to be fitted with an integral lever action
gate valve waste outlet complete with strainer and overflow outlet
fitted within the sink bowl. To have 1no rear mounted pillar pattern
sink mixer tap with 200mm dual flow swivel spout (Pegler 2523 or
equal), mounted to the rear of the sink bowl and located on the
raised tap ledge of the counter top.
The taps are to be fitted with top hat washers to prevent the taps
swiveling on the sink. This section shall be entirely lined in
stainless steel. To be fitted with a base shelf and side panel.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Special Fabricator
23. ITEM 14.23: Mobile Heated Service Cart, Capacity: 5XGN 1/1-200 Containers Capacity:
132.5 Liters
Quantity: 2no
Approximate Size: 490-540mm wide x 738-815mm deep x 1394-1495mm high.
Description: Front loading insulated and heated meal distribution carts.
Features: To be supplied complete with and incorporate:
a. Internal Dimensions: Sized for Gastronorm Gn1/1
container combinations, up to maximum 5xGn1/1x200mm
deep, with a storage capacity of 130 Litres.
b. Runners: 20no pairs of support rails.
c. Temperature Range: Suitable for use within a temperature
range of +30/+90OC.
d. Weight: Total unladen weight: 66-70 kg.
e. Heating: Having internal heating via a removable self-
regulating air circulation heating unit with on/off switch
via socket, heating to a maximum temperature of +90OC.
Heating unit to be removable to permit cleaning.
f. Castors: Mounted on rustproof 125mm diameter castors,
2no fixed and 2no swivel, front castors fitted with brakes.
Base of cart to be fitted with corner bumpers.
g. Finish: Cart to be constructed in stainless steel, double
walled and insulated with CFC-free PU foam.
Manufacturing Detail: To be CE approved. To be manufactured in stainless steel with a
double-walled construction with seamless insulation foam and
impact resistant frame. The foam used is to be CFC-free PU foam.
To incorporate:
a. Controls: Having a dial to regulate the humidity and a
temperature display.

© 01 International W.L.L Food Service Equipment


11400-215
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Handles: Recessed impact resistant handles.


c. Door: Hinged door complete with seals that can be
removed for cleaning.
d. Interior: Interior to have coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To be supplied with a removable heating
element rated at 760 Watts. To be supplied complete with a spiral
cable with moulded on 3-pin socket.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied with 10no Stainless steel GN1/1 insert
runged shelves.
Model: Blanco: BLT-1220-EB (572.521) + Shelves, or Rieber: 3no 3000U
heated (85.01.08.02) + Shelves, or equal and approved
24. ITEM 14.24: Electric Heated Self Cooking Center Combi- Steamer Capacity: [10 GN1/1]
with Base Cabinet
Quantity: 1no
Approximate Size: 932-847mm wide x 771/1105mm deep x 800+1017mm high.
Description: Stainless steel combined cooking/combi-steamer. To be electrically
heated for selected use of cooking medium (hot air and pressureless
steam) singly, sequentially or combined and for automatic finishing.
Features: The oven is to be supplied with and include the following features:
a. Capacity: Oven to have Gastronorm 10x1/1 capacity, sized
for lengthwise loading.
b. Cooking Modes: Having ability to cook using 7 cooking
modes:
 steaming
 hot air
 grilling
 combi-steaming
 vario-steaming (low temperature cooking steam)
 reheating
 finishing
c. Steam: To have an integral steam generator with automatic
self-clean facility.
d. Humidity Control: To have semi-automatic humidity
control in the cooking cabinet in three programmable
stages.
e. Controls: Cooking operation to be via digital controls with
+30/+300OC temperature selection, 0-120 minute timer
(with precise minute setting for the first 30 minutes) and
permanent setting and change of operation mode without
delay. To have mode and alarm displays.
f. Temperature Probe: Fitted with a core temperature probe
(+20/+99OC).
g. Hand Shower: Supplied with a hand shower with automatic
retracting system.
h. Fan: Auto-reverse fan, pivoted air baffles and fat extraction
system without fat filter.
i. Water Research Council Approval Certificate.

© 01 International W.L.L Food Service Equipment


11400-216
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

j. Cleaning: Automatic cleaning programme.


Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be CE and/or
NSF approved. To incorporate:
a. Construction: In all stainless steel construction with
stainless steel front, side, rear and fascia panels. All panels
to be fixed without exposed screws. To have a seamless
hygienic stainless steel grade 316 cooking chamber with
rounded corners. Supplied with a right hand opening door,
having back-ventilated double pane glazing. To have
Halogen cooking chamber lights with shockproof Ceran
glazing.
b. Controls: The control panel is to be mounted to the facing
left side of the oven front within a recessed panel. The
controls are to include:
 9 programmes with up to 3 steps per programme
 Operation by knobs and push buttons
 Digital temperature displays
 Mode and alarm displays
Services Connections: Connected to services routed to the rear with quick disconnect hoses
and electrical cables, complete with restraining devices. Cables to
be suitable for high temperature applications.
Water Services: To be connected to a potable water supply that is routed via a water
treatment device, fitted with double check valve and Y strainer (or
no less back-flow prevention device). The water supply for wash
down feature is not to be routed via the water treatment device, to
minimize requirement for a treated supply and to extend the life of
the filter cartridge.
Electrical Supply: Oven to be connected to services routed via a ‘Quick Disconnect’
415volt socket connector. Cable to be suitable for high temperature
applications. Oven to operate from an 18- 19kW 415volt three
phase and neutral electrical supply.
Serviceable Period: 2-year parts and labor.
Optional Items: Oven to be supplied complete with the following:
1. Stand: Mounted on an all stainless steel grade 304
cupboard stand, having a base shelf and concealed by two
hinged stainless steel doors.
2. Water Treatment Device: Supplied complete with, and
installed to, a suitably sized water treatment device system,
located within the services distribution spine
3. Grease Drain: With Integral grease drain.
4. Containers:
 3no Gn1/1 Granite enameled roasting containers,
40mm deep.
 3no Gn1/1 Granite enameled roasting containers,
20mm deep.
 5no Gn1/1 perforated stainless steel containers,
55mm deep.
 5no Gn1/1 Runged Oven shelves
 1no Gn1/1 Mesh basket for cooking French Fries

© 01 International W.L.L Food Service Equipment


11400-217
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: Convotherm: OEB 10..10 + Cabinet Base + Stacking Kit and


Accessories, or MKN: HansDampf Gold CGE101 on Cabinet Base
+ Stacking Kit and Accessories, or Rational: Self Cooking Centre
SCC101 Electric + Cupboard Oven Stand + Accessories, or equal
and approved
25. ITEM 14.25: Automatic Electric Steam Cooker, Capacity: 3 Containers GN 1/1-65 And
Stainless Steel base With Compartment for GN
Quantity: 1no
Approximate Size: 750mm wide x 800mm deep x 1515 high.
Description: Electrical heated pressure steamer with integrated water softener,
capacity: 1 GN1/1 -200 or 3 GN1/1-65
Features: Appliance made of nickel-chromium steel: appliance covering,
supporting profiles, cooking chamber, door and handle made of
nickel-chromium steel 1.4301.
Pressure generator and water softener are well insulated close to the
control panel and easy to exchange.
99 programme memory, 3 cooking phases to each programme, 70
pre- programmed cooking cycles.
Compact, heavy duty table top appliance with large cooking
chamber for 3 x GN 1/1-65 mm, up to 400 portions of vegetables/h.
Automatic, integrated waste steam condensation.
Core temperature core probe
Serviceable Period: 2-year parts and labor.
Model: NILMA Model: ELECTRIC QUICK-STEAM or PALUX- 953 520
or equal and approved
26. ITEM 14.26: Electric Range with Tilting Hot Plates and Electric Oven Dimensions:
800X850X900 MM
Quantity: 1no
Approximate Size: 800mm wide x 850mm deep x 900mm high.
Description: Electric range cooker with 4 no tilting hot plates and conventional
oven
Features: Appliance made of nickel-chromium steel: Top plate, appliance
covering, supporting profiles, cleaning scraper, and door and oven
handle made of nickel-chromium steel 1.4301.
Oven interior of chromium steel 1.4016 as this material guarantees
lower thermal deformation and thus a longer service life owing to
the 40 % lower thermal expansion than nickel-chromium steel
1.4301.
Tilting hotplates and removable oven base made of warp-resistant
special cast iron with excellent thermal conductivity and heat
storage properties.
Outer surfaces ground with 240-grain sandpaper and then Scotch-
taped.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front.
Control panel 150 mm high, designed as desk panel, with 14°
inclination to the operating staff.
Panel with no visible screws or gap, Recess of the control panel
lower edge to the top 10 mm

© 01 International W.L.L Food Service Equipment


11400-218
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Ergonomically designed control knobs indicate the switch position


even at a distance.
3 tilting hotplates 300 x 300 mm of normal design (each 2.5 kW;
no-load power 1.8 kW).
1 fast hotplate 300 x 300 mm at front on left (4.0 kW; no-load
power 2.0 kW).
Normal hotplates controlled by 4-phase switch, fast hotplate
controlled by 7-phase switch. All hotplates with economy sensor
can be tilted up and adjusted individually. Under the hotplates 2
removable drip pans for spilt food
In the bottom unit:
Conventional oven 538 x 690 x 370 mm. Top and bottom heat, 2.0
kW each, separately adjustable by thermostat (50 - 300 °C).
Maximum total output of the oven: 4 kW. Highest degree of
efficiency since all heating elements are located on the inside.
Sturdy, removable cast iron core with a good capacity for storing
heat; the bottom heating element can be swung up in order to clean
the muffles.
Slot-in rack with 4 GN 2/1 slide-in levels, 60 mm apart; can be
removed for cleaning purposes.
Oven for roasting and baking has all-round insulation with a
thickness of at least 20 mm. Double-walled drop door, heat-
insulated, spring-released and balanced, with a vapor lever; round
pipe door handle with a diameter of 25 mm.
Appliance connected from below or from the back as standard.
Zero-potential contacts for remote signals and contacts with
potential for energy optimization systems as a standard feature. No
customer contactors and control lines required.
The appliance terminals are accessible from the front, all
maintenance work can also be carried out from the front.
Accessories: 2 drip pans, 1 baking tray GN 2/1 (enamelled), 1 grid GN 2/1
(chrome-plated)
Serviceable Period: 2-year parts and labor.
Model: KUPPERSBUSCH, Model: FEH413, or MKN: Optima 850 or
AMBACH or equal and approved
27. ITEM 14.27: Stainless Steel Work Top with Neutral Open Cupboard in Hygienic H2
Design, 400X850X900 mm
Quantity: 1no
Approximate Size: 400mm wide x 850mm deep x 900mm high.
Description: Self standing type stainless steel 18/10modular ambient worktop
complete with open storage compartment under. Aligning with
adjacent cooking appliances including rear up stand
Features: Item incorporating:
a. Stainless steel top, side and rear panels and front fascia.
Cabinet interior to be without any welded joints and to
have rounded edges
b. Fascia to have same profile as adjacent items.
c. Single base shelf.
d. Waterproof connection to adjacent appliance.

© 01 International W.L.L Food Service Equipment


11400-219
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To generally be
in all 304 (18/10) stainless steel construction with seam welded
frame1-3mm thick and 2-3mm thick worktop.
Other: The item is to be installed, tested and commissioned by the
Foodservice Equipment Contractor To suite with adjacent cooking
appliances with common manufacturer. Width to be adjusted to suit
the manufacturer’s dimensions for the adjacent cooking appliances
to achieve an overall island dimension of 1900mm wide
Model: KUPPERSBUSCH, Model: FUZ040, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
28. ITEM 14.28: Electric Grill Plate on Open Cabinet, Dimensions: 700X850X900 MM
Quantity: 1no
Approximate Size: 700mm wide x 850mm deep x 900mm high.
Description: Free standing grill plate electric heated, grill surface (634 x 670
mm) made of nickel-chromium steel 1.4301, with a side and rear
splash guard, made of nickel-chromium steel 1.4301.
Features: Appliance supplied on height-adjustable plastic legs (diameter:
upper part 70 mm, inserted part 50 mm)
Appliance body, basin, supporting parts and screw connections as
well as the
bottom, top and walls of the open cupboard all made of CrNi steel
1.4301.
Outer surfaces ground with 240-grain sandpaper and then Scotch-
taped.
Cover plate canted 20 mm up at rear, canted 50 mm down on three
sides, with rectangular edge at front. Control panel 150 mm high,
designed as desk panel,
with 14° inclination to the operating staff. Panel with no visible
screws or gap.
Recess of the control panel lower edge to the top 10 mm.
Ergonomically designed control knobs indicate the switch position
even at a distance.
In the upper unit:
Grill surface (634 x 670 mm) made of nickel-chromium steel
1.4301, with a side
and rear splash guard, made of nickel-chromium steel 1.4301.
Discharge through a discharge shaft (ø 50 mm) located at the centre
front of the
GN 1/1-65 drip pan. Container can be removed from the guide
mechanism.
Controlled by thermostat 50-300 °C
In the bottom unit:
Open bottom structure 640 x 700 x 400 mm in the hygiene standard
design (transition between the base and the rear and side panels is
rounded, no seams).
Designed for the installation of height-adjustable, insert able shelves
(ZUB D59).
The appliance has potential-bearing connections for energy
optimization systems.

© 01 International W.L.L Food Service Equipment


11400-220
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Services: Items to each be suitable for connection to a 10.8 kW - 415volt


three -phase electrical supply. To be installed to the electrical
services using high temperature flexible connectors and quick
disconnect plug sockets. To comply with EN 60335-2-38: European
standard for the safety of electric appliances.
Other: To be fully installed, tested and commissioned by the Catering
Equipment Contractor. Items to suite with adjacent cooking
appliances and be from the same manufacturer. Items to be located
about support wall as indicated on drawings.
Serviceable Period: 2-year parts and labor
Accessories 1 Collection container, Water-jet protection (type of enclosure
IPX5)- CE label.
Model: KUPPERSBUSCH, Model: FEG420, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
29. ITEM 14.29: Stainless Steel Work Top with Neutral Open Cupboard in Hygienic H2
Design, 200X850X900 mm
Quantity: 1no
Approximate Size: 200mm wide x 850mm deep x 900mm high.
Description: Self standing type stainless steel 18/10modular ambient worktop
complete with open storage compartment under. Aligning with
adjacent cooking appliances including rear up stand
Features: Item incorporating:
a. Stainless steel top, side and rear panels and front fascia.
Cabinet interior to be without any welded joints and to
have rounded edges
b. Fascia to have same profile as adjacent items.
c. Single base shelf.
d. Waterproof connection to adjacent appliance.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To generally be
in all 304 (18/10) stainless steel construction with seam welded
frame1-3mm thick and 2-3mm thick worktop.
Other: The item is to be installed, tested and commissioned by the
Foodservice Equipment Contractor To suite with adjacent cooking
appliances with common manufacturer. Width to be adjusted to suit
the manufacturer’s dimensions for the adjacent cooking appliances
to achieve an overall island dimension of 1900mm wide
Model: KUPPERSBUSCH, Model: FUZ020, or MKN: Optima Series
850mm, or AMBACH, or equal and approved
30. ITEM 14.30: Self Cleaning Exhaust Hood with Make-Up Air through Perforated Front
Panel
Refer to Ventilation canopies Specifications No. 11425
31. ITEM 14.31: Exhaust Hood Automatic Water Wash System and Control Panel
Refer to Ventilation canopies Specifications No. 11425
32. ITEM 14.32: Exhaust Hood Fire Suppression System
Refer to Ventilation canopies Specifications No. 11425
33. ITEM 14.33: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications

© 01 International W.L.L Food Service Equipment


11400-221
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.015 AREA 15.0: CART RETURN BAY & CART WASH AREA
1. ITEM 15.01: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 1no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
2. ITEM 15.02: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 metre hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a stainless steel wall mounted pivoting
bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labor.

© 01 International W.L.L Food Service Equipment


11400-222
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal


and approved
3. ITEM 15.03: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
4. ITEM 15.04: Wall Mounted High Pressure Sanitizing System
Quantity: 1no
Approximate Size: 470mm wide x 661mm deep x 949mm high.
Description: Wall mounted High Pressure Sanitizing System, pressure up to 600
psig
Features: Stainless steel frame, bracket, structure, and hardware.
Stainless Float tank with 1” air gap to prevent backflow
Lesson commercial electric motor with manual reset thermal
overload protection.
35 foot (10.7m) power cord with GFCI and plug
6 foot (1.8m) water inlet hose, with 3/4” garden hose thread. Cat
Triplex plunger pump
Vacuum formed ABS cover.
All fluid handling components are brass, stainless, or high pressure
hose.
Light 5/16” dia Spray hose, bright yellow, non-marking, with flex
guards and 1/4” brass Quick
Disconnect sockets at each end.
Ergonomic spray gun with stainless wand, heat insulating grip, and
adjustable nozzle for low/high pressure and steam/spray.
Fully certified and listed as a pressure washer for commercial
indoor use.
In-line water filter protects machine from debris.
Adjustable unloader valve allows the unit to idle and re circulate
when the spray gun is closed.
Pressure Relief Valve maintains a safe maximum pressure.
Thermal Relief Valve prevents re circulated water from overheating
while idling by discharging 100ml of heated water and replacing it
with cool water. Discharge occurs at1650F.
Water supply valve will be Faucet T&S Model: B-0720 – Supply by
Foodservice contractor
Serviceable Period: 2-year parts and labor.
Model: SAGE SYSTEMS, Model: SW-06-12-07R or equal and approved
5. ITEM 15.05: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
2.016 AREA 16.0: POT WASH AREA
1. ITEM 16.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.

© 01 International W.L.L Food Service Equipment


11400-223
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 16.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 16.03: 2-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 1x1500 wide x 600mm deep x 2000mm high+1x1000 wide x
600mm deep x 2000mm high
Description: 2-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.

© 01 International W.L.L Food Service Equipment


11400-224
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 5 X 1500X600+5x1000x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removed without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved

© 01 International W.L.L Food Service Equipment


11400-225
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. ITEM 16.04: Dry Waste Refuse Bins with Mobile Dolly


Quantity: 2no
Approximate Size: 285mm wide x 555mm deep x 660mm high.
Description: Plastic 60-litre capacity refuse bins on mobile stainless steel
dollys/trolleys.
Manufacturing Detail: To each be approved to NF Food Hygiene Standard. To each
incorporate:
a. Bin: To be in plastic and be supplied with a removable lid
with integral 150mm diameter opening.
b. Platform: Bin mounted on a stainless steel mobile
frame/chassis with a detachable push handle and 4no
75mm diameter ball bearing castors, 2no with brakes.
Model: Metos (Nordian-System): WAT-60 (4554370), or RUBBERMAID,
Model: FG354100+FG355300, or equal and approved
5. ITEM 16.05: Stainless Steel Sink Unit with Three Large Basins, up stand Height 100 mm
and Stainless Steel under Shelf
Quantity: 1no
Approximate Size: 1900mm wide x 750mm deep x 900/910mm high (including rear up
stand).
Description: Stainless steel Triple bowl sink unit with up stand and under shelf
Features: To be supplied complete with and incorporate:
a. Top: 304-grade stainless steel top, with special 100mm
high rear up stand to all sides abutting the adjacent walls.
With a 55mm bullnose turndown to front.
b. Sink Bowls: 3no Gn2/1 size 530 x 530 x 300mm deep
bowls inset into top. With a drip fillet all around sink
bowls and 10mm high raised tap ledge to the rear. Bowls to
each be capable of supporting 3no Gn1/1 Gastronorm pans.
c. Sink Waste Fittings: Bowls to each be fitted with an
integral lever action gate valve waste outlet complete with
strainer and overflow outlet fitted within the sink bowl.
d. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and sides of the sink
section.
e. Under: stainless steel under shelf
f. Sealant: Up stand to be silicone sealed to adjacent wall.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade
14-gauge (2mm) stainless steel top. To incorporate:
a. Top: The top is to be reinforced and soundproofed with a
16-19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel that is securely fixed under.
All profile details are to match those of adjacent specially
fabricated tables and sinks. The top is to be fully welded,
without butt joints and be braced in appropriate positions
under to prevent the top from buckling or distorting. With
55mm bull nose section turndown to the front and a
350mm high fully boxed up stand with angled top profile
to all sides abutting adjacent walls. The sink bowls shall be
surrounded by a 45O drip fillet, turned up to the up stand.

© 01 International W.L.L Food Service Equipment


11400-226
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Up stand: 100mm high boxed and returned up stand to all


sides abutting adjacent walls, having an angled top profile
forming a 50mm apex. The taps and spray rinse arm are to
be mounted on the rear up stand return, which is to be
suitably reinforced to accept the tap installation.
c. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.
d. Valance: Mounted directly under the top to the front and
sides of the sink section is to be a 300mm deep stainless
steel valance panel that is concealed fixed to the underside
of the sink top.
e. Under Sink: This section is to be under shelf, with tie bars
to the sides ,rear and front.
f. Sealant: The up stand is to be sealed to the wall using a
stainless steel colour sealant.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Other: Width to be adjusted as necessary to suit site dimensions. To be
fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Fabricator
6. ITEM 16.06: Single Deck Mount Base Mixing Faucet, Flexible Supply Hose with Spray
Valve and Wall bracket
Quantity: 1no
Approximate Size: Hose to rise 1016mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot and cold water supply. To
have special wall mounting fittings to permit the item to be mounted
within the up stand to the rear of the right hand sink bowl of item B-
24.53A.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper. (Model B-
107C)
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Hose, complete with an adjustable wall
bracket, adjustable between 35-180mm.
d. Water Connection: Spray/tap to be connected to cold water
supply.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature up to +54OC.
Serviceable Period: 2-year parts and labor.
Model: Mechserflec:B-2285-BC (B-107C) + Wall Mounted fitting, T&S,
Model: B-0113-B or equal and approved
7. ITEM 16.07: Retractable Hose Reel with Heavy Duty Spray Gun- 10 METER
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply.

© 01 International W.L.L Food Service Equipment


11400-227
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: To be supplied complete with and incorporate:


a. Hose: 10.5 meter hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a wall mounted stainless steel pivoting
bracket.
Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water & cold supply.
Serviceable Period: 2-year parts and labor.
Model: IMC: RK35, or Klarco, or equal and approved
8. ITEM 16.08: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
9. ITEM 16.09: GRANULES POT WASH MACHINE, Capacity: 192 GN1/1 per Hour with
Steam Reduction
Quantity: 1no
Approximate Size: 1452mm wide x 1090mm deep x 2039mm high.
Description: Front-loaded Granule pot and pan washing machine, with flexible
cassette system washing with Granules
Efficient washing of GN (Gastronorm) containers, pots, bowls,
saucepans, baking trays and utensils
Capacity per hour is 192 GN1/1 per hour or up to 228 pots per hour.
The powerful mechanical action of the Granule technology
eliminates any need for pre-washing.
Food-safety is secured through a controlled rinsing amount of high
temperature water (7 litres), according to DIN Norm 10512 which is
fulfilled. The rinse with 14 l of fresh water of 85°C during 40
seconds, ensures a surface temperature of min 72ºC on the
dishware, disinfecting cleaning through reaching 3 600 HUE (Heat
Units Equivalents; according to ANSI/NSF 3, 2007).
Features: Wash cabin including wash tank are made in stainless steel (EN
1.4301)
High capacity pot washer with two multi cassettes for GN
containers, pots, bowls, strainers, baking trays or equivalent, The
multi cassettes are manoeuvred with one trolley for efficient flow
and semi continuous operation of the machine. One cassette is
placed on the dirty side of the machine and one on the clean side.
Two sets of wall hooks for mounting of the cassettes are included in
the standard delivery. The rinse with 14 l of fresh water of 85°C
during 40 seconds ensures a surface temperature of min 72ºC on the
dishware. Disinfection conforms to ANSI/NSF 3, 2007 (reaching
3600 HUE).
The rinse with 7 l of fresh water of 85°C during 20 seconds (ECO
Programme), ensures a high surface temperature on the dishware.
Disinfection conforms to DIN 10512 standards.

© 01 International W.L.L Food Service Equipment


11400-228
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Two integrated systems for hygiene/HACCP and operational data


information.
1) Through the display on the control panel it is possible to
view information regarding the 99 latest wash cycles;
 Date/Hour
 Type of programme / E, S, N, /
ECO/Short/Normal
 Washing with Granules is marked with an
additional ”G”
 Average temperature in the wash tank during the
cycle is marked with e.g. „65“
 Average temperature in the rinse tank during
rinsing is marked with e.g. „85“
 “OK“indicates correct amount of rinse water
volume.
 Error codes are viewable.
2) Possible to connect to an external computer via a serial
cable. GDT Direct™ is a unique programme for
downloading. Possible to log and store data on the
computer. The programme will not block any other
functions of the computer. Data stored can be moved to a
network folder, E-mailed to a central HACCP responsible
or imported into excel spread sheet.
Detergent and rinse agent
230 VAC signals in separate connection box are prepared for
detergent, rinse agent, dosing equipment and probes. It is strongly
recommended to use a dosing unit based on conductivity or another
kind of probe.
The machine operates with 8 kg of long-lastingly Power Granules,
made of POM (PolyOxyMethyleneOxide,).
One load of long-lasting Power Granules can wash as many as
22 500 GN1/1 or equivalent in other pots and pans.
The material in the Power Granules is approved to be used in
contact with food.
Other Details: Machine supplied with steam reduction unit and 5 bucket 20 kg
power granules
Serviceable Period: 2-year parts and labor.
Model: GRANULDISK, Model: GRANULE MAXI or equal and approved
10. ITEM 16.10: Stainless Steel Cassette Trolley with Drip Plate
Quantity: 1no
Approximate Size: 610mm wide x 840mm deep x 1368mm high.
Description: Stainless steel cassette trolley with drip plate on heavy duty casters
Serviceable Period: 2-year parts and labor.
Model: GRANULDISK, Model: GD944 or equal and approved
11. ITEM 16.11: Stainless Steel Multi Cassette for [8 GN1/1] with Wall Mount Support
Quantity: 2no
Approximate Size: 610mm wide x 840mm deep x 1368mm high.

© 01 International W.L.L Food Service Equipment


11400-229
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Stainless steel multi cassette for 8 GN 1/1 for pots, pans, bowls,
dough hooks, etc. and all types of 1/1 and 2/1 GN containers,
stacked directly in the lower part of the cassette without accessories
Serviceable Period: 2-year parts and labor.
Model: GRANULDISK, Model: GD975 or equal and approved
12. ITEM 16.12: Stainless Steel Vapor Exhaust hood, Dimensions: 2000X1700X500 MM
Refer to Ventilation canopies Specifications No. 11425
2.017 AREA 17.0: DETERGENT AND JANITOR STORE
1. ITEM 17.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
2. ITEM 17.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.

© 01 International W.L.L Food Service Equipment


11400-230
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 17.03: Mop Trolley with Mop Bucket
Quantity: 1no
Approximate Size: 600mm wide x 450mm deep x 600mm high.
Description: Mobile trolley to hold and be supplied complete with two 18 Liter
buckets and a mop wringer. To be all in polypropylene, supplied
with grey color mobile trolley, one red bucket and one blue bucket
Wringer to be manufactured using non-magnetic components and
be designed for ‘down pressure’
Serviceable Period: 2-year parts and labour.
Accessories: To be supplied complete with Mop Trolley handle.
Model: Rubbermaid: F109/2000 + F111, or equal and approved
4. ITEM 17.04: Wall Mounted Broom/Equipment Holder
Quantity: 1no
Approximate Size: 475mm wide x 83mm deep.
Description: Wall mounted closet organizer.
Features: To be supplied complete with and incorporate:
a. ‘S’ Hooks: hold 1.6cm to 3.2cm handle diameters.
b. Deep Double Hooks: afford easy accessibility.
Manufacturing Detail: Generally constructed from grey polypropylene, with steel hooks.
Model: Rubbermaid model 199200 Gray or equal and approved
5. ITEM 17.05: Combination Janitor Sink with Hand wash basin over
Quantity: 1no
Approximate Size: 500mm wide x 570-600mm deep x 850-880/560mm high.
Description: Stainless steel construction janitor/mop sinks with integral hand
basin over. Entire assembly to be mounted on a stainless steel foot
frame
Features: To be supplied complete with and incorporate:
a. Legs: Front and rear legs with chrome plated adjustable
feet that are capable of being fixed to the floor.
b. Hand Basin: To be located at upper level, approximately
340mm x 240 x 150mm deep.
c. Janitor Sink: Approximately 370mm x 340mm x 150mm
deep, complete with 38mm dome grated waste/strainer.
d. Splash Back: Vertical section between the lower janitor
sink and the upper hand basin is to be fitted with stainless
steel up stand panels.
e. Grid: Janitor sink fitted with a stainless steel hinged grid.

© 01 International W.L.L Food Service Equipment


11400-231
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. Taps: Sink installed complete with a 15mm pillar mixer tap


that is capable of being located either over the hand basin
or over the janitor sink.
Manufacturing Detail: Item to be manufactured from 1.2mm (18swg) stainless steel
(minimum) with bowls pressed from 0.9mm (20swg) stainless steel.
Hinged grid to be manufactured from stainless steel bar, welded and
polished. All stainless steel to be type 304.
Other Details: To be installed to 15mm cold and 15mm hot water supplies using
flexible connectors.
Serviceable Period: 2-year parts and labor.
Model: Blanco: HAU-P 5x6 (0.566.645), or Franke (Sissons): Janitorial unit
(G20050N), or Teknomek: SSF1777, or equal and approved
6. ITEM 17.06: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
7. ITEM 17.07: Stainless Steel Louvered 5-Tier Shelving Unit
Quantity: 1no
Approximate Size: 1500mm wide x 600mm deep x 2000mm high.
Description: Stainless steel 5-tier shelving unit having a stainless steel frame and
stainless steel solid shelves. Shelving uprights are to be designed for
a 1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 2no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be solid type in stainless steel. Total
requirement being as follows: Quantity: 5x1500x600
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. ach upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Wall Securing Attachments: 5no stainless steel
attachments, for securing uprights to the rear walls.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removed without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished solid stainless steel
sheet with a 40mm turn down to sides and ends. Edges to
be smooth and burr free. The shelves are to be reinforced
by means of a 'U' profile. To have cut-outs at the ends of
all shelves for hooking them onto the shelf uprights. The
shelves are to be capable of being removed from the
uprights without disassembling the unit. Weight loading
125kg/shelf.

© 01 International W.L.L Food Service Equipment


11400-232
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Adjustment of shelf levels is to be possible without the use of tools


and without dismantling the entire assembly.
d. U-Brackets: To be supplied with a suitable number of U-
brackets to secure the shelving uprights to the wall for
stability.
Other Details: Shelving to be approved to NF Food Hygiene Standard.
Shelf lengths are to be adjusted if necessary to suit room
dimensions. The shelving unit is to be fully assembled by the
Catering Equipment Contractor. The lower shelf is to be set no less
than 180mm from finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 1-Bay Norm 5 (1200 kg section load) 5-tier Solid, or
Tournus: 1-Bay Racking with Stainless Steel ED Solid, or equal and
approved
2.018 AREA 18.0: WARE WASH AREA
1. ITEM 18.01: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 2no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved

© 01 International W.L.L Food Service Equipment


11400-233
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. ITEM 18.02: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 2no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved
3. ITEM 18.03: Stainless Steel Mobile Rack Cart with Handle
Quantity: 12no
Approximate Size: 710/530mm wide x 580/530mm deep x 920/1025mm high.
Description: Low-level basket dollies, with handle.
Features: To be supplied complete with and incorporate:
a. Construction: Base to be of all stainless steel construction
with a platform base plate that has an all-round rim and is
fitted complete with 4no corner bumpers.
b. Drip Tray: With a removable polypropylene drip tray.
c. Capacity: Capable of accepting 12no 500 x 500 dishwash
baskets 115mm high or 20no 500 x50mm dishwash baskets
75mm high and having a load capacity of 80kg..
d. Special Castors: Mounted on 125mm diameter all-swivel
stainless steel non-marking heavy-duty type castors
complete with revolving mark proof protection buffers.
The castors are to be suitable models from Tente
International or equal and approved and be:
 Fitted by tapered screws.
 2no castors are to be fitted with brakes.
 Designed for use on a hard floor and to have a
hard noise-dampening wheel with a polyamide
tread and a soft rubber core (model: HUR).
 Non-marking and leave no discolouration behind
as they travel.
 washable
 Manufactured with high quality stainless steel
stems, plastics and rustproof components.
 Suitable for use in a low temperature
environment.
e. Handle: To be fitted with a stainless steel 860mm high
tubular handle.
Model: COMENDA, Model: CAR-1, or Blanco: KWT 5 x 6, or Hupfer:
Kr50/50, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-234
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. ITEM 18.04: Stainless Steel Mobile Dish Cart with Stainless Steel Back 7 Carrier Panels
Dimensions: 800X560X860 MM
Quantity: 4no
Approximate Size: 980-1000mm wide x 360-495mm deep x 743mm high.
Description: High bay mobile plate carts, suitable for single sided stacking, with
capacity to hold approximately 150no 150mm-diameter plates on a
stacking base set approximately 400mm above finished floor level.
Features: To be supplied complete with and incorporate:
a. Construction: Stainless steel solid internal base, back and
sides, located onto framing and slotted to accept a
removable divider.
b. Dividers: Supplied with 2no stainless steel wire dividers.
c. Castors: Mounted on castors, two fitted with brakes.
b. Capacity: 120kg load capacity.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To incorporate:
Construction: To be of all stainless steel construction with 25mm
diameter welded 18/10 framing. Framing to be mounted on 4no
125mm diameter all swivel castors with revolving polypropylene
bumper discs, two fitted with brakes.
Base: Stainless steel base to be set 400mm above finished floor
level.
Wire Dividers: To be in 5 mm stainless steel, be removable for
cleaning and be adjustable to accommodate various plate sizes.
Accessories: To be supplied with:
1. 2no stainless steel wire dividers.
2. 1no stainless steel wire front retainer.
Other: To be fully co-ordinated with the dish wash handling equipment,
which is to all be from the same manufacturer?
Model: COMENDA, Model: CAR-3, or Blanco: TWH-1 Special, or
Hupfer: TETW 1/26 HOCH equal and approved
5. ITEM 18.05: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
6. ITEM 18.06: Variable Speed Motor Drive Rack Conveyor with Start Unit, End length
With Limit Switch, 2Nos.Intermediate Unit with Motor, 5 Nos.90° Curve 750X750MM, 2
No, Straight Through Unit 2000 mm, Inverter Speed Control, welder for Polycord Belt
and Puller for Polycord Belt
Quantity: 1no
Approximate Size: 13600mm wide x 488-500mm deep x 900mm high.
Description: Powered twin cord tray transport conveyor designed to transfer
Gastronorm Gn1/1 trays or 460 x 340mm cafeteria trays along a
straight sorting line.
Features: Incorporating:
a. Transport System: 2no 15mm diameter polyurethane cords
running 165mm apart.
b. Speed: Conveyor to move at 7000mm /minute driven by a
helical geared motor.
c. Framing: To have a stainless steel square tube under
structure with all other components in corrosion resistant
steel. The conveyor edges are to have 50mm lateral
profiles and elevated angles for the correct setting of the
tray.

© 01 International W.L.L Food Service Equipment


11400-235
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Mechanical Stop: To be fitted with an optical limit switch


and remote sensor to stop the belt when a tray reaches the
end of the conveyor.
e. Emergency Stop Switches: To have an emergency stop
switch at both ends of the conveyor.
Manufacturing Detail: To be CE and NSF approved. Manufacturing details and technical
elements are to comply with all currently applicable hygiene and
safety standards. To incorporate:
a. Framing: The conveyor decking, all drive cabinet panels
and removable filters are to be manufactured from
minimum 16swg 304-quality stainless steel. All internal
cross supports and belt guides are to be manufactured from
304 quality 20mm x 20mm stainless steel. Conveyor
framework is to be manufactured from 304 quality 40mm
stainless steel legs with 304 quality 25mm fully welded
cross bars at high level. To be constructed entirely in
stainless steel.
b. Control and Drive Housing: To have the conveyor control
system mounted in the motor drive cabinet. The enclosure
is to withdraw on runners giving easy access for service
and maintenance.
c. Cords: The cords are to be joined by appropriate welding
to form a continuous loop. It is to be freely accessible on
the underside of the conveyor. They are to be slightly
expandable to allow the belt to be lifted for cleaning. They
are to be moisture and food material.
d. Optical Limit Switch: To have an optical limit switch
mounted in the end of the conveyor that stops the belt
running when carried items reach the end of the belt.
e. Magnetic silver ware handler to be provided at the entrance
of tray washing machine
Electrical Controls: To comply with EN 60335-2-39: European standard for the safety
of electric appliances. To be suitable for connection to a 4kW
415volt three-phase electrical supply. To be installed to services
using a high temperature flexible connector and quick disconnect
plug socket.
All electrical controls are to be housed in a splash proof transparent
box that is mounted in the drive unit. All electrical sockets are to be
protected to IP 56, being hose proof.
The conveyor controls are to incorporate be 1no stop/start variable
speed station with emergency stop button and with 1no additional
remote emergency stop button located at the opposite end of the
conveyor. Stop/start, emergency stops and all other conveyor
control systems to be 24 volt.
Other: Installation of the conveyor is to be fully co-ordinated with the dish
wash equipment, which is to all be from the same manufacturer.
Detailed working drawings are to be submitted for review prior to
manufacture. They are to show co-ordination and interface with all
associated elements.
Model: Comenda, or Meiko, or Winterhalter, or equal and approved
7. ITEM 18.07: Stainless Steel Floor Mounted Slanted Rack Shelf Two Levels- Capacity:
2+2 Racks Dimensions: 1070X525X1880 MM
Quantity: 2 no
Approximate Size: 1070mm wide x 525mm deep x 1880mm high.

© 01 International W.L.L Food Service Equipment


11400-236
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Basket over shelf capable of supporting one dish wash basket in an
angled position during the sorting process and presenting the basket
at an ergonomic level to permit loading
Floor mounted shelf for glass rack placement. Top shelf for empty
racks, lower inclined shelf for glass rack preparation capacity n° 2
racks. Construction Aisi 304 stainless steel
Features: All stainless steel 25mm polished tubular frame and cross supports.
Framing to be set to allow the positioning of the dishwash basket in
a secure angled position. The base is to be fitted with an angled
stainless steel shelf, with front retaining lip and drain outlet. To be
fabricated on a channel frame securely fitted to the rear wall using
stainless steel fixings.
A detailed working drawing is to be submitted for review and
authorisation prior to manufacture. It is show co-ordination and
interface with all associated adjacent elements.
Model: Comenda: 770269, or Meiko, or Winterhalter, or equal and
approved
8. ITEM 18.08: Stainless Steel Scraping Trough conveying System and Powerful Magnets,
Dimensions: as per Drawing
Quantity: 1no
Approximate Size: 2600mm wide x 270mm deep x 900mm high.
Description: Stainless steel trough on stainless steel legs, Recalculated Water
used for scrapping typically reduces water.
Features: Trough Water Velocity with the Trough Veyor is 70 gallons per
minute.
This velocity swiftly propels food waste down the trough and into
Pulper with no additional hand movement, leaving both hands free
for high-volume scrapping.
The Trough Veyor lets you keep up with large conveyor or flight
dish machines.
Other: Installation of the conveyor is to be fully co-ordinated with the dish
wash equipment, which is to all be from the same manufacturer.
Detailed working drawings are to be submitted for review prior to
manufacture. They are to show co-ordination and interface with all
associated elements.
Model: Comenda, or Meiko, or Winterhalter, or equal and approved
9. ITEM 18.09: Waste Handling System, Pulper - Food Waste Capacity: 320 Kg/h
Quantity: 1no
Approximate Size: 1250-1500mm wide x 700-87-mm deep x 1550-1610mm high
Description: To be supplied complete with and incorporate:
a. Handing: Suitable for left hand operation.
b. Trough: Flushing trough.
c. Grinding Mechanism: Grinding mechanism that consists of
a rotating grinding disc with sieve ring, pump housing and
motor.
d. Motor: 4.0-6.0 kW grinding motor capacity: food residues
up to 450 kg/h, mixed food waste up to 320 kg/h.
e. Cleaning: Facility to clean the grinding tank via a
removable wire sieve basket.
f. Cutlery Saver: Magnetic cutlery saving device.

© 01 International W.L.L Food Service Equipment


11400-237
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To be CE and NF Food Hygiene Standard approved. Manufacturing


details and technical elements are to comply with all currently
applicable hygiene and safety standards including the Machine
Safety Directive 89/392/EEC as amended by 91/368/EEC and
93/44/EEC. To be in all stainless steel construction, with vermin
proof joints and panelled housing to conceal the motor and all
casings. Motor to be shrouded.
To be complete with safety baffles and a time delayed interlock
system on the disposer hopper for operator safety. The discharge
chute is to be fitted with a safety interlock.
Controls: To include control switches and standby lamps in a clearly visible
stainless steel recessed panel. Water controls to include automatic
water control, automatic system fill, automatic water recirculation
and a manual water drain.
Electrical Services: To suit a 415volt three phase electrical supply, rated at 7kW, fused
at 35amps per phase. All electrical connections are to be waterproof
to IP56.
Motor: 6.0kW.
Water Services: 19mm hot and cold connections. Minimum pressure 0.2bar. To be
installed with Class A air break kit to ensure that the unit complies
with current Local Authority Water Regulations.
Waste: Connected to an independent 75mm waste pipe with a minimum fall
of 1:7.
Waste Connections: To be installed using flexible hoses with quick-disconnect fittings.
Serviceable Period: 2-year parts and labor.
Accessories: To be supplied complete with:
1. Side Chute Position
2. IP65 rated integral controls
3. Sanitising Kit for continual disinfection
Model: Comenda:T5, or Imperial Machine Co (IMC): SYS2000, or Meiko:
AZP-80, or equal and approved
10. ITEM 18.10: Electric Flight Dishwasher Machine, With Electric Dryer and Heat
Recovery Unit, 4 Cycles Pre-Wash, 1stWash, 2nd Wash, Dual Rinse Capacity: 5600
Dishes/H
Quantity: 1no
Approximate Size: 8090mm wide x 900/885mm deep x 900/1400/1900/2050mm high.
 Length of machine loading section: 1500mm
 Length of pre-wash zone: 900mm
 Length of pre- wash plus zones: 900mm
 Length of main wash zone: 900mm
 Length of pre-rinse zone: 400mm
 Length of final rinse zone: 600mm
 Length of heated drying section (Mounted over discharge
section): 1000mm
 Length of vapor exit hood: 300mm
 Free conveyor discharge length: 2000mm
 Overall length of machine: 8090mm
 Overall working height: 900mm

© 01 International W.L.L Food Service Equipment


11400-238
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Description: Fully automatic electric heated flight conveyor ware washing


machine with six (6) tanks with a total of eight (8) wash and rinse
processes. With monobloc wash and rinse system mounted above
and below the continuous transport belt. The first tank of the
machine is to be designed as a pre-scouring zone with chemical
saving system and waste heat reclamation unit. The machine
conveyor shall be controlled by a two (2) speed transport motor
rated at 2.1 and 3.2 metres per minute giving an output of either
4900 or 7200 plates per hour. To have a minimum throughput of
4,900 plates to comply with DIN- 10510 standards. Machine to
operate in a left to right direction. With pre-scouring zone, heavy
duty pre-washing zone, main wash and final fresh water rinse
sections. Machine to be fitted with a top mounted steam condenser
‘heat recovery unit’.
Features: To be CE approved and incorporate:
a. Direction of Travel: For left to right operation as viewed
from the control panel.
b. Construction: Constructed from 304 and 316-grade
stainless steel, with stainless steel base frame, insulated
doors and all double skinned construction. With 316-grade
stainless steel chemical resistant tanks. Doors to be sprung
balanced. Machine to be mounted on 150mm high legs
c. Access: Delivered in sections and assembled on site to suit
access.
d. Sections: With pre-scouring zone, heavy duty pre-wash,
2no main wash, clear wash and fresh water final rinse
sections.
e. Electric Heat Recovery Unit: Fitted with a top mounted
steam condenser ‘heat recovery unit’ that is capable of
raising the incoming cold water to +43OC, permitting the
machine to operate using cold water after the initial fill.
Exhaust to be maximum +45OC at 80% humidity.
f. Washing System: Wash system to be via top and bottom
stainless steel spray arms with pre-set self-cleaning nozzles
to provide a controlled spray pattern across the full width
of each chamber. Final rinse to be via upper and lower
stainless steel rinse arms that have removable stainless
steel nozzles. Rinse jets to provide pressure relief on the
rinse system, eliminating the need for a bursting dish and
gulley.
g. Tank Capacity: With a wash tank capacity approximately
115 Litres
h. Pump Capacity: With a wash pump capacity of 1380
Litres/min
i. Drying Section: To have a heated drying zone.
j. Extraction Fan: Axial exhaust blower, designed for indirect
exhaust connection.
k. Water Council Approval: To be fitted with a class ‘A’ air
gap.
l. Detergent and Rinse-aid Connection: To be fitted with
connectors for detergent and rinse dosing equipment.
m. Auto Timer Device: To be fitted with an interval switched
auto-timer device, designed to automatically shut down the
wash and rinse pumps and the conveyor belt when no racks
are processed after a pre-set time, whilst maintaining the
tank temperature on standby for immediate operation.

© 01 International W.L.L Food Service Equipment


11400-239
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Construction: The machine shall have an all stainless steel housing that is
supported by a stainless steel solid frame sub-structure (also of
stainless steel), the separation points of which are to be flanged. The
sub structure shall be completely clad providing sound and heat
insulation. The exterior and interior machine housing and the
interior machine fabrication shall be manufactured entirely of high
grade stainless steel. Access to all washing and rinsing zones and to
the tanks shall be by vertically sliding and counter-balanced doors,
that are provided with safety interlock switches to close down wash
and rinsing systems in the event of door being raised.
Double Wall Insulation The machine panels are to be double wall insulated to the wash and
rinse zones, being insulated with CPC free Styroduc 2000 insulation
material. The “K” factor (density) is to be between 0.033 and 0.040
per meter square. The insulation is to reduces the external
temperature of the machine to approximately 30ºC, whilst
simultaneously reducing the area noise level for by approximately 2
Decibels when measured at 1.5 meters from the exit tunnel.
Tanks: The machine tanks shall be ‘V’ shaped to permit easy
cleaning. Evacuation of the tanks shall be via interior mounted drain
controls. The tanks shall be completely accessible. Access is to be
such that every individual part of each tank can be easily checked
for cleanliness, and be accessible to the hand. Complete evacuation
of the 'V' tanks is to be achieved by means of interior mounted drain
controls. All working parts are to be mounted on one side of the
machine's sub-structure behind snap lock doors, providing
completely unobstructed and hygienic stainless steel surfaces for
ease of cleaning, and completely eliminating possible exterior dirt
traps.
The machine shall incorporate a central drain pipe work system
with overflow ensures a clear 150 mm distance from the machine
sub frame to the finished floor level.
Transport Belt: Transport through the machine shall be by means of
an appropriately heavy duty Cam conveyor belt, on both sides of
which are to be roller chains and guide rollers. The conveyor belt
shall be driven by means of a gear motor of three phase current,
which shall be protected against overcharge by blockage, or any
other reason, by a safety clutch mounted between the gear motor
and drive shaft.
Maximum usable belt width: 620 mm
Maximum usable passing height: 400 mm
The transport belt shall run the entire length of the machine, from
the commencement of the feeding section to the end of the
discharge section. Items to be cleaned are to be conveyed through
the machine by means of a special conveyor belt with retaining
fingers, having spacing of 54 mm.
To ensure that dish racks of glasses, cups etc., do not become
entangled on the conveyor fingers, the belt is to be provided with a
series of laterally mounted basket roller supports at 250 mm spacing
along the full length of the belt.
The machine shall incorporate a safety stop switch at the end of the
discharge section, which will automatically stop the transport of the
conveyor in the event that dishes, trays, containers etc., are not
removed following cleaning.
As the entire transport belt shall run from the point of loading to
point of discharge, the belt itself shall be subjected to the washing
and rinsing zones of the machine and is therefore to be self
cleaning.

© 01 International W.L.L Food Service Equipment


11400-240
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

The conveyor shall be controlled by a two (2) speed transport motor


rated at 2.1 and 3.2 meters per minute giving an output of either
4500 or 7200 plates per hour
Drainage Pipe work: The machine shall incorporate a central drain pipe work system
with overflow to ensure a clear 150mm distance from the machine
sub-frame to the finished floor.
Break Tank: To incorporate an integral break tank. The machine shall
incorporate an integral break tank system to provide full prevention
against back flow contamination. The break tank system is to be
integrated with the rinse-aid dosing method, with pre-mixing of the
wetting agents and final rinse water under constant pressure prior to
entry to a continuous flow booster heater.
Controls: To have a two-speed rack drive control for normal and heavily
soiled ware, automatic water fill cycle which utilizes hot water at
50OC and an electronically timed cycle which switches the pumps
on and off as a rack progresses through the machine. The timer
cycle is to ensure that the machine only operates when racks are
passing through the machine.
Control Panel: The machine is to be completely wired ready for
connection and operation. To be provided complete with an electro-
mechanical control that allows automatic filling of wash tanks and
control of the tank water level by float switches.
Controls for all machine functions are to be grouped on a control
panel. Control voltage is to be 24volt. The mains isolator switch is
to be interlocked with the high voltage electrical panel for safety.
Access to re-settable circuit breakers is to be via a separate panel
that can be opened without tripping the isolator. Motors are to be
fully protected with thermal overloads incorporated in contactors.
The control panel is to be digital type, complete with faultfinding
information with an easy to understand sensor touch control keypad
using internationally understood symbols. The sensor touch keypad
is to be located conveniently at operator eye level on the facing
panel of the electrical wiring cabinet door.
The control panel is to be divided into two individual fields:
A. Operation: Indication by diodes of the filling and heating of wash tanks, starting and
stopping the machine operation and selection of the 2-speed transport system.
B. Monitoring: To ensure maximum hygiene security, the machine control system is to
monitor and indicate the following critical operations:
 Permanent control of the final rinse water quantity used in the machine, with
fault indication should the correct flow rate not be achieved.
 Permanent control and monitoring of the wash tank, final fresh water rinse,
and drying zone temperatures with trouble indication programme in the event
that the correct values are not achieved.
 Permanent recording of the number of working hours, with visual indication
of the recommended maintenance interval. The maintenance interval
programme is to be entered into the electronic control system at time of
commissioning.
 The output of motors (pump, and heating and exhaust blowers) to ensure no
pressure loss. In the event of a fault occurring this will be indicated on the
control panel.

© 01 International W.L.L Food Service Equipment


11400-241
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Operating Parameters: Washing and Rinsing Temperatures


Pre-scouring zone in feed section Approx 30ºC
Heavy duty pre-washing zone Approx 40ºC
Main washing zones 55 to 60ºC
Clear washing zone 60 to 65ºC
Fresh water final rinse 82 to 85ºC
Heated drying section 60 to 70ºC
D. Machine Loading Section:
Component overall length 1700 mm
Free conveyor loading length 900 mm
Operator loading height 900 mm
E. Pre-Scouring Zone: The final rinse water that is not used for the regeneration of the
main wash tank water (approximately 70%) is to be directly transferred to the pre-
rinse module that is sited prior to the pre-wash tank. This water is to be pumped over
the dishes enabling large food particles, in addition to grease and sauces, to be washed
away, thereby reducing the soil level of product prior to entry into the main washing
tanks. Liquid type food waste, such as sauces, gravy, milky puddings, etc., are to be
flushed into the drainage system, with the larger food particles being collected in a
dual filter tray system that can be easily removed for cleaning without interruption to
the running of the dishwashing machine. The system is to also be provided with a
waste water heat reclamation system, to recovers approximately 3.0 kW of heat
quantity through recycling of the heat from the waste water, and from the waste vapor
bearing air.
F. Heavy Duty Pre-Wash Section: This zone is to be designed to remove the majority of
food residue from the dishes, resulting in reduced detergent consumption in the main
wash tanks and ensuring an optimum end result. The wash pump is to circulate water
through a lower and upper wash system that is provided with lends type slit nozzles
which are designed in a non-clogging execution. This section is to be provided with
33 nozzles on the upper wash system, and with 26 nozzles on the lower wash system.
Component overall length 900 mm
Wash tank capacity 115 liters
Wash pump motor rating 2.2 kW
Wash pump recirculation rate 1380 L/min
G. Main Washing Zones (2no): In this section, water is to be introduced to a detergent
and be sprayed over the dishes from upper and lower wash systems, ensuring a
uniform distribution of the washing solution over the products, avoiding blind spots or
dead corners. Filtration of the wash water is to be by means of sieve baskets and both
wash systems are to be manifold in one piece for simple and speedy removal. The
wash pump is to circulate water through the lower and upper wash system and be
provided with lens type slit nozzles which are designed in a non-clogging execution.
This section is to be provided with 33 nozzles on the upper wash system, and with 26
nozzles on the lower wash system.
Component overall length 900 mm
Wash tank capacity 115 liters
Wash pump motor rating 4.0 kW
Wash pump recirculation rate 2070 lt/min
Tank heating 32,600kj/hr

© 01 International W.L.L Food Service Equipment


11400-242
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

H. Clear Wash Zone: In this section, water is to be sprayed over dishes from both sides
and upper and lower wash systems, ensuring a uniform distribution of the clear wash
water over the products, thus avoiding blind spots or dead corners. Filtration of the
wash water is to be by means of sieve baskets and both wash systems are to be
manifolded in one piece for simple and speedy removal. The wash pump shall have a
circulation capacity of 1380 litres of water per minute through the wash system and be
provided with lens type slit nozzles to avoid clogging.
Component overall length 900 mm
Wash tank capacity 115 liters
Wash pump motor rating 2.2 kW
Wash pump recirculation rate 1380 lt/min
Tank heating 43,4000kj/hr
I. Fresh Water Final Rinse: The final rinsing is to be effected with fresh water at
approximately 85OC and be sprayed over the dishes from above and below by means
of water pressure through the specially designed nozzles. After fresh water rinsing,
the hot water is to then be used for continuous regeneration of the wash water.
Component overall length 400 mm
Rinse tank water capacity 45 litres
Rinse pump rating 0.55 kW
Rinse pump recirculation rate 60 lt/min
Rinse water consumption 380 lt/hour
Booster heater rating 76,000kj/hr
J. The hot water apparatus (boiler) is to be provided complete with temperature control,
safety overloads, and thermostats.
K. Heated Dryer Zone: A heated drying section with an overall length of 1200mm is to
be provided as an integral part of the machine. This is to ensure that products exit the
machine in a practically dry condition, thereby eliminating excess water from falling
to the floor of the working area.
L. The air required for the drying process is to be drawn in by a radial blower, and be
heated to a temperature of approximately 60o/70oC by means of an integral heating
register.
Component overall length 1200 mm
(mounted on discharge table)
Radial blower fan rating 1.5 kW
Heating register rating 32,600kj/hr
Machine Discharge Section:
Free conveyor discharge length 1100 mm
Operator working height 900 mm
Length of exit vapour hood 300 mm
Component overall length 2600 mm
M. Final Rinse Booster Pump: The machine shall incorporate a factory fitted and wired
double stage booster pump, complete with motor, providing a minimum pressure for
rinsing of 2.5 bar. The pump is to be rated at 0.33 kW and be designed to run at 227
volts.

© 01 International W.L.L Food Service Equipment


11400-243
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

N. Auto Timer Device: Incorporated within the machine is to be an interval switched


auto-timer device, designed to automatically shut down the wash and rinse pumps and
the conveyor belt, when no dishes are processed after a pre-set time, although
maintaining the tank temperature on standby for immediate operation.
O. Heat Recovery System: To be fitted with a waste air heat recovery system, with
excess steam and vapours being extracted from the wash sections and being directed
through a canal mounted on the top of the machine to the heat recovery unit that
operates on the principle of vapour condensation without additional water
consumption. The heat recovery system is to pre-heat the incoming final rinse water
to a temperature of approximately +43OC, which in turn is to be boosted to +85OC in
the integral hot water boiler for the sanitising rinse , permitting the machine to operate
using cold water after the initial fill.
P. The cooling surface of the heat exchange units is to be constructed in copper with a
stainless steel exterior housing.
Forming an integral part of the heat recovery unit is to be an axial exhaust blower,
designed for indirect exhaust connection.
Heat exchange method: air to water
Cooling surface area: 60 sq. metres
Exhaust air volume: 1200 m3 hour
Heat recovery (approximately) 14 kW/Hr. heat quantity
Q. Ventilation: Machine to emit steam at a maximum of +35OC at 85% relative humidity.
Ventilation rate: 950m3/hr. Machine to have the facility within the control panel for
connection to the building condense extract fan to ensure that the machine does not
operate without the extract fan being operational.
R. Electrical Supply: Machine to be suitable for connection to a 44.5kW 415volt three
phase and neutral electrical supply. To be supplied complete with waterproof control
panel. Mounted at the lower left hand side of the machine control panel is to be a 35
amperes rated mains isolator switch, designed to isolate power to the control electrics
when the cabinet door is in the open position.
S. Control Panel: The machine is to be completely wired reading for connection and
operation. All switch gear, control transformers, contactors, relays and fuses etc., are
to be visibly and accessibly arranged and wired within the control cabinet. The
cabinet is to be constructed throughout in 18/10 (1.4301) stainless steel, and is
designed in such a way that any splashing water is prevented from entering.
The electrical rating protection of the control cabinet is to be rated to IP 55 such that
water hose application will not cause ingress into the electrical switch gear.
Incorporated within the machine is to be an automatic tank filling device complete
with a water level control. An electronic protection system is to cut off the fill
process in the event that a drain is not properly closed, thus preventing unintentional
drainage. A trouble indication lamp is to illuminate on the touch sensor control panel
advising that the machine is not properly set up for operation.
Pump and fan motors, transport motors, valves and heating elements are to be
protected against power surge, short circuit, or single phase operation. The machine is
to be provided with potential free contacts as standard, for the local connection of
detergent and wetting agent dosing pumps. Incorporated in the machine is to be a
safety stop button situated at one end of the machine, which if activated, completely
stops all operations of the machine.
The machine is to be suitable for operation from a three phase, 230/400 volts, 50 cycle
supply, and be provided with incorporated electronic water level safety control.
Provision is to be made for incoming electrical services to be routed from high level.
T. Water Supply: To be installed to 19mm softened hot and cold water supplies. Having
an initial hot water fill of approximately 100L and thereafter a cold water
consumption of approximately 310L/hour (pre-heated via energy saving device).
Machine to be fitted with a rinse booster pump providing a minimum pressure for
rinsing of 2.5 bar

© 01 International W.L.L Food Service Equipment


11400-244
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

After fresh water rinsing, the hot water is to be then used for the continuous
regeneration of the wash water.
The cold water supply is to be installed using stainless steel pipe work to maintain the
integrity of the cold water discharged from the reverse osmosis unit.
U. Drainage: Supplied with all drains manifold together to permit a single drain
connection. Drain pipe work to be laid to fall throughout its length with a trap fitted as
close as possible to the dishwasher drain outlet
V. Machine Separation: The machine is to be provided with a factory prepared separation
between the final rinse zone and the discharge section to facilitate ease of handling
from delivery transport into the wash-up area. The connection flanges are to be pre-
drilled and fixing nuts, bolts etc., are to be provided loose within the machine for the
re-assembly process.
W. Other: The complete electrical and plumbing installation is to meet all EEC
regulations and requirements. The item is to be co-ordinated with adjacent tabling,
fully installed, tested and commissioned by the Catering Equipment Contractor.
X. Serviceable Period: 2-year parts and labour.
1. Testing and Commissioning: Provision shall be made for the testing and
commissioning of the machine to be by the dish wash machine
manufacturers personnel.
2. Belt Interruption Switch: To be fitted with a belt interruption switch to close
down the wash pumps after a preset time if no product is being processed.
3. Belt: To be type suitable for the items being processed in a hospital
environment with a series of laterally mounted support rollers to
accommodate patient meal trays and 500 x 500mm dish wash baskets.
Y. Model: Comenda: NE7002ECO2 or Meiko: B690 VAP, CSS Top-WR1 +
Accessories, or Winterhalter, or equal and approved
11. ITEM 18.11: Electric Tray Washer With Magnetic Silver Ware Handler and Rinse
Control device and Back Up Tray Accumulator Capacity: 650-1000Tray /h
Quantity: 1no
Approximate Size: 3105mm widex700mm deepx1950mm height
 Length of machine loading section 1500mm
 Length of wash 1300 mm
 Length of Rinse zone: 800 mm
 Overall length of basic machine 3105mm
 Overall working height: 850 mm
Description: Fully automatic electric heated Tray washing machine with two
tanks and drying section, designed to process trays with wash and
rinse systems mounted above and below the trays. The first tank is
to have a re-circulating wash pump and motor is to be designed as a
standard duty washing zone. Operating in a left to right direction
with standard duty washing zone and final fresh water rinse sections
Machine to be capable of processing a minimum of 650-1000
trays/hour
Each tray is washed with detergent and then rinsed with fresh water
at 85°C for sanitization.
Detergent and water proof, inoxidizeable, and warp proof at high
temperatures,
Machine body and paneling all in satin finish 18/10 stainless steel.
Wash and
Features: To be CE approved and incorporate:

© 01 International W.L.L Food Service Equipment


11400-245
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Direction of Travel: For left to right operation as viewed from the


control panel.
Construction: Constructed from 304 and 316-grade stainless steel,
with stainless steel base frame, insulated doors and all double
skinned
Rinse arms easily dismantled for quick maintenance.
Machine components labeled and located within the front of the
machine facilitating maintenance. The rinse tray in the machine
allows quick remove all of possible solids on the tray during the
wash phase. Powerful wash and rinse jets activated automatically
only when trays enter the machine.
The drying phase due to its specially air wiper blades perfectly dry
the tray so that they're ready for use or can be directly stacked or
stored saving time and money in manual drying.
Accessories: Magnetic silverware handler automatically picks up the cutlery from
trays and deposits them with no manual operations to a presoak
sink.
Backup tray accumulator Can stack 6/7 trays while the operator is
replacing the exit trolley avoiding machine down-time.
Backup tray accumulator Can stack 6/7 trays while the operator is
replacing the exit trolley avoiding machine down-time.
Heat recovery unit built to supply the machine with cold water,
preheats it to 40/45 °C exploiting the heat and steam that would
otherwise be dispersed.
Condenser unit This component working by a 0,55kW fan, draws
the steam exiting from the machine into the unit and condenses it by
means of a cold water battery. Maximum cold water consumption is
about 400 liters/hour.
Heat pump exploits the heat produced during a cooling cycle to heat
rinse water, also due to the upper exhaust conduit. This system lets
the machine run with cold water with energy savings
Emitted heat and steam are simultaneously cooled to further
improve work room conditions.
Sanitizing system for interior machine cleaning, for each wash zone
a special wash arm with jets aimed at different points, sanitizes the
interior surfaces of the machine.
This operation is fully automatic and is carried out at the end of the
working day leaving it fresh and deodorized
Serviceable Period: 2-year parts and labor.
1. Testing and Commissioning: Provision shall be made for
the testing and commissioning of the machine to be by the
dish wash machine manufacturers personnel.
2. Belt Interruption Switch: To be fitted with a belt
interruption switch to close down the wash pumps after a
preset time if no product is being processed.
3. Belt: To be type suitable for the items being processed in a
hospital environment with a series of laterally mounted
support rollers to accommodate patient meal trays and 500
x 500mm dish wash baskets.
Model: Comenda: LAV1001, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-246
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

12. ITEM 18.12: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
13. ITEM 18.13: Stainless Steel Self Leveling Tray Cart, Tray Carrier Spring Loaded,
Capacity: 110 Trays, Dimensions: 560X770X930MM
Quantity: 4 no
Approximate Size: 770-805mm wide x 545-560mm deep x 930mm high.
Description: Mobile column type tray dispensing trolleys, having open sides and
capacity to hold a minimum of 110trays.
Features: To incorporate:
a. Platform: Tray stacking base mounted on a self-supporting
platform having an adjustable tension spring system.
b. Castors: Mounted on castors, two fitted with brakes.
c. Capacity: 120kg load capacity.
Manufacturing Detail: To be of all stainless steel construction and incorporate:
a. Dispenser: Platform base to be mounted on a suitable
number of adjustable steel tension springs to allow for
different weights and for a constant dispensing height. The
springs are to be adjustable for constant dispensing height
and varying weight, up to a maximum stacking/dispensing
height of 690mm.
b. Platform Base: Stainless steel platform base approximately
540mm wide x 380mm deep.
c. Castors: Mounted on 4no 125mm diameter castors with
rustproof wheel fittings, 2no steerable castors fitted with
brakes. To have 2no steerable wheels and 2no non-steering
wheels. To be fitted with screw connections/bolts (to
ensure that the wheels can be easily changed) and with
strengthening steel plates under.
d. Handles and Bumpers: To be fitted complete with impact
resistant PU corner bumpers on the front of the base with a
further two bumpers integrated with the handles at the top.
The handles are to have stainless steel inserts.
Other: To be fully co-ordinated with the tray assembly equipment, which is
to all be from the same manufacturer?
Model: Comenda: CAR-8, or Blanco: Ecoline 564-313, or Hupfer:
OTA/53-37 (01.1663.2)
14. ITEM 18.14: Retractable Hose Reel With Heavy Duty Spray Gun- 10 meter
Quantity: 1no
Approximate Size: 168mm wide x 366mm deep x 391mm high.
Description: Stainless steel open retractable hose reel suitable for operation from
a hot water supply. To be mounted to the underside of the sink, item
B-1.05.
Features: To be supplied complete with and incorporate:
a. Hose: 10.5 metre hose.
b. Bracket: Stainless steel pivoting bracket.
c. Gun: Heavy duty spray gun.
Manufacturing Detail: To incorporate:
Hose: To have 15mm bore with 10.5 meter reach and built-in recoil
system. Hose to be blue color reinforced rubber, with a food quality
liner. Reel to be mounted on a stainless steel wall mounted pivoting
bracket.

© 01 International W.L.L Food Service Equipment


11400-247
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Hose Gun: To be fitted with a heavy duty spray gun which has a
non-marking rubber case, automatic shut-off and adjustable power
and spray angle.
Locating Hook: With a locating hook for the spray head/controller
mounted adjacent to the hose unit.
Other Details: To be installed to a 15mm hot water and cold water supply.
Serviceable Period: 2-year parts and labor.
Model: IMC: RK35, or Nederman, or Mechserflec: B-1535C-22, or equal
and approved
15. ITEM 18.15: Stainless Steel Sink Unit with Three Large Basins, up stand Height 100 mm
and Stainless Steel under Shelf
Quantity: 1no
Approximate Size: 1900mm wide x 750mm deep x 900/910mm high (including rear up
stand).
Description: Stainless steel Triple bowl sink unit with up stand and under shelf
Features: To be supplied complete with and incorporate:
a. Top: 304-grade stainless steel top, with special 100mm
high rear up stand to all sides abutting the adjacent walls.
With a 55mm bullnose turndown to front.
b. Sink Bowls: 3no Gn2/1 size 530 x 530 x 300mm deep
bowls inset into top. With a drip fillet all around sink
bowls and 10mm high raised tap ledge to the rear. Bowls to
each be capable of supporting 3no Gn1/1 Gastronorm pans.
c. Sink Waste Fittings: Bowls to each be fitted with an
integral lever action gate valve waste outlet complete with
strainer and overflow outlet fitted within the sink bowl.
d. Valance Panel: To be fitted with a concealed fixed 300mm
deep valance panel to the front and sides of the sink
section.
e. Under: stainless steel under shelf
f. Sealant: Up stand to be silicone sealed to adjacent wall.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. Manufactured all
in 18/10 304-grade 16-gauge stainless steel with 18/10 304-grade
14-gauge (2mm) stainless steel top. To incorporate:
a. Top: The top is to be reinforced and soundproofed with a
16-19mm thick rot-proof insulated panel finished with a
stainless steel cladding panel that is securely fixed under.
All profile details are to match those of adjacent specially
fabricated tables and sinks. The top is to be fully welded,
without butt joints and be braced in appropriate positions
under to prevent the top from buckling or distorting. With
55mm bull nose section turndown to the front and a
350mm high fully boxed up stand with angled top profile
to all sides abutting adjacent walls. The sink bowls shall be
surrounded by a 45O drip fillet, turned up to the up stand.
b. Up stand: 100mm high boxed and returned up stand to all
sides abutting adjacent walls, having an angled top profile
forming a 50mm apex. The taps and spray rinse arm are to
be mounted on the rear up stand return, which is to be
suitably reinforced to accept the tap installation.
c. Frame: Mounted on 38mm stainless steel frame/legs, with
25mm tie bars. To be mounted on 180mm high adjustable
legs.

© 01 International W.L.L Food Service Equipment


11400-248
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Valance: Mounted directly under the top to the front and


sides of the sink section is to be a 300mm deep stainless
steel valance panel that is concealed fixed to the underside
of the sink top.
e. Under Sink: This section is to be under shelf, with tie bars
to the sides ,rear and front.
f. Sealant: The up stand is to be sealed to the wall using a
stainless steel colour sealant.
Water Connections: To be installed using flexible hoses with quick-disconnect fittings.
Other: Width to be adjusted as necessary to suit site dimensions. To be
fabricated in accordance with the requirements of the general
specification. A detailed working drawing is to be submitted for
review and authorization prior to manufacture.
Model: Specialist Fabricator
16. ITEM 18.16: Single Deck Mount Base Mixing Faucet, Flexible Supply Hose with Spray
Valve and Wall bracket
Quantity: 1no
Approximate Size: Hose to rise 1016mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot and cold water supply. To
have special wall mounting fittings to permit the item to be mounted
within the up stand to the rear of the right hand sink bowl of item B-
24.53A.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper. (Model B-
107C)
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Hose, complete with an adjustable wall
bracket, adjustable between 35-180mm.
d. Water Connection: Spray/tap to be connected to cold water
supply.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature up to +54OC.
Serviceable Period: 2-year parts and labor.
Model: Mechserflec:B-2285-BC (B-107C) + Wall Mounted fitting, T&S,
Model: B-0113-B or equal and approved
17. ITEM 18.17: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
18. ITEM 18.18: 4-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 4x1500 wide x 600mm deep x 2000mm high
Description: 4-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 5no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 20 X 1500X600

© 01 International W.L.L Food Service Equipment


11400-249
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Complete with suitable number of shelf supporting


bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.
d. Hooks for Mounting Shelves at 90O: Suitable number of
hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removed without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
19. ITEM 18.19: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 2no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:

© 01 International W.L.L Food Service Equipment


11400-250
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Interlocked safety system.


b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety standards.
Housing to be finished in white polyester on aluminum or zintec
steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved
20. ITEM 18.20: Vapor Spigot Connection ∅ 400X1000MM
Quantity: 2no
Approximate Size: 350-400mm diameter x 1000mm high.
Description: Dish wash machine to be supplied complete with spigot
connection/ventilator connector for connection to building
ventilation system. Spigot connection to be all in stainless steel and
to be approximately 350-400mm diameter x 500mm high, fully
sealed at interface.
Model: Comenda, or Meiko, or Winterhalter, or equal and approved
2.019 AREA 19.0: VIP ROOM SERVICE
1. ITEM 19.01: 2-Bay Interlinked Stainless Steel Louvered 5-Tier Shelving Units
Quantity: 1no
Approximate Size: 1x1500 wide x 600mm deep x 2000mm high+1x1200 wide x
600mm deep x 2000mm high
Description: 2-bay interlinked stainless steel 5-tier shelving unit arranged in a U-
shape configuration and having a stainless steel frame and stainless
steel louvered shelves. Shelving uprights are to be designed for a
1200 kg section load per bay.
Features: To be supplied complete with and incorporate:
a. Uprights: 3no 600 x 2000mm high stainless steel uprights
for 1200 kg section load.
b. Shelves: To be louvered type in stainless steel. Total
requirement being as follows:
Quantity: 5 X 1500X600+5x1200x600
Complete with suitable number of shelf supporting
bars/struts
c. Bracing Bars: Shelves are to be supported without the need
for cross braces. Each upright is to be fitted with 2no front
and 2no rear bracing bars if necessary, fitted at upper and
lower levels between uprights.

© 01 International W.L.L Food Service Equipment


11400-251
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Hooks for Mounting Shelves at 90O: Suitable number of


hooks for mounting 10no shelves at right angles to the
adjacent bays.
Manufacturing Detail: To have a minimum weight loading of 1200 kg/section. To
incorporate:
a. Uprights: Manufactured from 25 x 25mm square section
high strength extruded stainless steel tubing. To be fitted
with 3mm round section support pins welded or integrated
within the design of the uprights at 150mm intervals. All
edges are to be smooth and burr free. The uprights are to
be fitted with adjustable leveling feet and the tops of the
uprights are to be fitted with plastic caps. The design of the
uprights shall permit shelving to be removed without
dismantling the entire assembly. Shelving is to be capable
of being positioned in 150mm increments.
b. Rigidity: Added rigidity is to be achieved either through
fitting of 2no bracing bars to the rear and to the front or
through the mechanical fixing of the upper and lower
levels.
c. Shelves: In 0.8mm 18/10 satin finished stainless steel sheet
with a 40mm turn down to sides and ends. Edges to be
smooth and burr free. The shelves are to be reinforced by
means of a 'U' profile and have 50mm wide punched
louvers, with 32mm wide openings, pressed to a depth of
10mm with burr free edges and rounded ends. To have cut-
outs at the ends of all shelves for hooking onto the shelf
uprights. Weight loading to be approximately 100 kg/shelf.
The shelves are to be capable of being removed from the
uprights without disassembling the unit.
d. Corner Assembly: Supplied complete with 20no
hooks/corner brackets for mounting shelves at right angles
to the adjacent bay.
Other Details: Shelving to be approved to NF Food Hygiene Standard. Shelf
lengths are to be adjusted if necessary to suit room dimensions. The
shelving unit is to be fully assembled by the Catering Equipment
Contractor. The lower shelf is to be set no less than 180mm from
finished floor level.
Serviceable Period: 2-year parts and labor.
Model: Hupfer: 5-Bay Norm 5 (1200 kg section load) Louvered 5-tier, or
Tournus: 5-Bay Racking with Stainless Steel Louvered ED, or
Equal and approved
2. ITEM 19.02: Stainless Steel Wall Mounted Double Wall Shelf with Rear Splash,
Dimensions: 3250X400X700
Quantity: 1no
Approximate Size: 3250mm wide x 400mm deep x 700-800mm high.
Description: Two-tier adjustable height stainless steel wall shelving system.
Features: To be supplied complete with and incorporate:
a. Wall Brackets: 2no 700-800mm long stainless steel wall
brackets fixed with stainless steel screws.
b. Shelf Brackets: 4no adjustable shelf brackets.
c. Shelves: 2no 325000mm wide x 400mm deep solid wall
shelves with rear up stand.
Manufacturing Detail: All components are to be in 18/10 stainless steel, welded and
polished. To incorporate:

© 01 International W.L.L Food Service Equipment


11400-252
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Brackets: The shelf brackets are to be fitted to the wall brackets


with socket head locking screws, allowing the shelf height to be
adjusted to any centre.
Shelf: To have a 30mm lip/turndown to front and sides and 30mm
up stand to the rear. The underside of the shelf is to be sprayed with
a noise absorbing insulation.
Additional Features: To be fixed with the underside of the shelf mounted at
approximately 1550mm above finished floor level. Weight and
fixing details are to be co-ordinated by the Catering Equipment
Contractor to ensure that any strengthening requirements are
incorporated within the wall construction.
Model: Hupfer: Adjustable S/S Shelving, or Sofinor: Wall Adjustable
Shelves, or Tournus: Adjustable Wall Shelf, or equal and approved
3. ITEM 19.03: Room Service Mobile Table, Dimensions: 920X1070X740MM
Quantity: 6no
Approximate Size: 920mm wide x 1070mm deep x 740mm high.
Description: Laminated oval top room service mobile table
Features: Chromium plated steel tube structure and Escada multilayer
laminated oval top with side flaps, provide with table guide. Leaves
may be folded down for transport and then folded out for service.
Top easily tilts to a vertical position for storage, allowing units to
nest compactly together. Table provide with 4 swivel casters Ø 95,
two with brakes
Serviceable Period: 2-year parts and labor.
Model: SICO: 5 OVAL TRI-FOLD- TRT62FSC4502BG or equal and
approved
4. ITEM 19.04: Electric Food Warmer Box, Dimensions: 530X410X410MM
Quantity: 6no
Approximate Size: 530mm wide x 410mm deep x 410mm high.
Description: Stainless steel heating box
Features: Heating box made of stainless steel sheet thermal case, brush finish,
unit design to contain plates up to Ø 320mm
Frontal door with leaf opening at 180º, click opening handle
Box has inside 4 shelves and it has adjustable thermostat from 30-
90º with resistance working indicator
Serviceable Period: 2-year parts and labor.
Model: SICO: 3918-600 or equal and approved
2.020 AREA 19.0: COMPRESSORS ROOM ( LOCATION OUTSIDE OF MAIN KITCHEN)
1. ITEM 19.01: Chillers Compressor Rack (Two running and One Stand-By)
Refer to Cold Rooms Specifications No. 11405, Cold Rooms Drawings and Refrigeration
System
2. ITEM 19.01: Freezers Compressor Rack (Two running and One Stand-By)
Refer to Cold Rooms Specifications No. 11405, Cold Rooms Drawings and Refrigeration
System

© 01 International W.L.L Food Service Equipment


11400-253
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 3 - MEDICAL STAFF CAFETERIA- GROUND FLOOR


3.01 SERVICE COUNTER
A. ITEM 1.01: REFRIGERATED SELF-SERVICE MERCHANDISER
Quantity: 1no
Approximate Size: 1810mm wide x 896mm deep x 1981mm high.
Description: Refrigerated Display Case with slanted shelves –Case has 4 tiers
Features: Adjustable white metal shelves with price tag molding.
Shelves can be flat or slanted. The Cabinet has four tiers of shelves
Top mounted octron shielded light and shelf lights
Front and sides décor shall be laminated colored, silver trim
Stainless steel display deck, glass and solid white interior ends and
back panel.
Solid state timer provides automatic defrost
Condensate &evaporator provided for a totally self-contained
system.
Insulated with high-density urethane foam
Refrigeration controls maintain 40° F and thermostatically
controlled
Serviceable Period: 2-year parts and labor.
Model: Fedral: RSSM-678SC or Jordao Cooling System or equal and
approved
B. ITEM 1.02: BUFFET COUNTER
By Others
C. ITEM 1.03: TWIN HEAD COFFEE BREWER W/6 WARMERS
Quantity: 1no
Approximate Size: 417mm wide x 449mm deep x 485mm high.
Description: Twin Brew System-12 Cup Automatic Coffee Brewer with 6
Warmers
Features: Twin brews head system.
Brews 15 gallons (56.8 liters) of perfect coffee per hour.
Six individually controlled warming stations.
Simplified programming with a LCD display.
Ensures coffee brew quality with cold brew lock out capability.
All stainless steel construction.
Includes hot water faucet.
Splash guard funnel deflects hot liquids away from the hand.
Digital temperature control and accuracy.
Pot level, cold brew lock-out and tank temperature set easily from
advanced touch pad on front of machine.
Electronic diagnostics and built in tank drain make service easier.
Coffee extraction controlled with programmable pre-infusion or
pulse brew.
Energy-saver mode reduces tank temperature during idle periods
Other Details: Unit to be provided w/ Water filter (EQHP-10 Product No.:
39000.0004) +

© 01 International W.L.L Food Service Equipment


11400-254
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Paper Filter Pack Product No. : 20115.0000, 10 cases + Easy Pour® black decanter:
Product No. : 06100.0101, quantity: 24 no
Serviceable Period: 2-year parts and labor.
Model: BUNN: AXIOM 4/2 TWIN or CURTIS, or BLOOMFIELD or
equal and approved
D. ITEM 1.04: HOT WATER DISPENSER
Quantity: 1no
Approximate Size: 180mm wide x 363mm deep x 610mm high.
Description: Stainless steel hot water boiler, Capacity: 2 Gallon
Features: Two gallons (7.6 liters) of hot water in a space saving machine just
7.1”
(18.03 cm) wide to fit any counter.
The unit is hooked to water line.
High quality stainless steel exterior and tank for a long life
Includes drip tray.
Other Details: Easy Clear® EQ-17-TL, Product no: 30200.1000
Serviceable Period: 2-year parts and labor.
Model: BUNN: HW2A or CURTIS, or BLOOMFIELD or equal and
approved
E. ITEM 1.05: AUTOMATIC COFFEE MACHINE W/ MILK REFRIGERATION UNIT
& CUP WARMER
Quantity: 1no
Approximate Size: 840mm wide x 600mm deep x 675mm high.
Description: Automatic Coffee Machine with refrigeration unit and cup warmer
Features: Fully electronic control board with illuminated graphic display;
programming by chip-card or via USB
8 product buttons for coffee/milk products
Up to 32 different beverages with coffee and/or milk individually
programmable at four display levels
Functional Pre-Selection Plus operating panel with up to 16 pre-
select buttons, e.g. for beverage sizes, second type of milk, decaf
coffee beans, etc.
Automatic rinsing, cleaning and sanitizing program (ARCS)
Customized product labeling
High-performance piston coffee machine with pre-brewing and
constant piston heater, Low-noise precision grinder with direct
grinding, 2 high-grade steel tanks for coffee, hot water & steam
Height-adjustable coffee/milk dispenser, Funnel for filling ground
coffee manually, Dry coffee grounds ejected into tray holding 50
portions, with electronic overfill safeguard
Plastic coffee bean container, capacity 1.3 kg, removable-2 numbers
Coffee bean level monitoring, Internal counter functions for each
product, Prepared for connection to standard commercial dispensing
and billing systems, Stainless steel and plastic casing in black
Machine provide with one milk refrigerator and Cup warmer
Serviceable Period: 2-year parts and labor.
Model: FRANKE: AII2MHDCF+KE320 or MELITTA, or LA CIMBALI
or equal and approved

© 01 International W.L.L Food Service Equipment


11400-255
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. ITEM 1.06: DROP-IN COMFORT COMBI PLATE


Quantity: 16no
Approximate Size: 840mm wide x 600mm deep x 675mm high.
Description: Drop-In Combi-Plate Electronically Controlled cooling and heating
between -5°C to +140°C
Features: Built-in combi-plate made in durable aluminum and electronically
controlled heating, cooling and provides constant temperature
uniformly across the plate, Special fluid film of liquid to absorb
heating form heating elements and cooling form central cooling
unit, The plat could be working as heated cooled plate, The plate
design shall be square shape and color as per interior designer
requests, Number of plates, hot and cold: 16 nos.
Serviceable Period: 2-year parts and labor.
Model: Joseph Holler: JH 700 K/W or Palux or equal and approved
G. ITEM 1.07: ELECTRIC APPLIANCE- CENTRAL COOLING UNIT
Quantity: 3no
Approximate Size: 500mm wide x550mm deep x 330mm high.
Description: Central Cooling unit and all required piping system and insulation
Serviceable Period: 2-year parts and labor.
Model: Joseph Holler: JH 700 K/W or Palux or equal and approved
H. ITEM 1.08: DROP-IN UN-HEATED LOWERATOR DISH DISPENSER
Quantity: 2no
Approximate Size: Ø 330mmx 794mm high.
Description: Tube construction is stainless steel with polished flange and
dispensing head. Capacity: 6 dozen dishes
Features: Tube construction is stainless steel with polished flange and
dispensing head. Easy drop-in insulation, the dispensing mechanism
in lowerator uses springs attached to a sliding support bar that rides
both inside and outside the tube. The design of dispenser prevents a
stack of dishware from sticking in the down position. Flange
supports unit on countertop after simple cut-out is provided. Tube is
provided with 5-foot length of flexible metal conduit with standard
1/2" fitting. Mechanism should be stabilized to maintain contents all
times at level
Serviceable Period: 2-year parts and labor.
Model: APW WYOT: SL-13, or SERVER, or PIPER or equal and approved
I. ITEM 1.09: DROP-IN HEATED LOWERATOR DISH DISPENSER
Quantity: 2no
Approximate Size: Ø 330mmx 794mm high.
Description: Tube construction is stainless steel with polished flange and
dispensing head. Capacity: 6 dozen dishes
Features: Tube construction is stainless steel with polished flange and
dispensing head. Easy drop-in insulation, the dispensing mechanism
in lowerator uses springs attached to a sliding support bar that rides
both inside and outside the tube. The design of dispenser prevents a
stack of dishware from sticking in the down position.
Flange supports unit on countertop after simple cut-out is provided.

© 01 International W.L.L Food Service Equipment


11400-256
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Heated tube is provided with 5-foot length of flexible metal conduit


with standard 1/2" fitting and 6" wire leads for easy connection to
junction box for 240V service. Mechanism should be stabilized to
maintain contents all times at level
Serviceable Period: 2-year parts and labor.
Model: APW WYOT: HL-13, or SERVER, or PIPER or equal and
approved
J. ITEM 1.10: COUNTER TOP ROUND KETTLE
Quantity: 2no
Approximate Size: Ø 406mmx 343mm high.
Description: Counter top round kettle server capacity: 11 qt.
Features: Kettle utilizes a bottom mounted heating element and an aluminum
transfer plate to provide consistent heat. Kettle is made of a high
strength aluminum exterior, 11 qt. capacity; converts to 7 qt. with
optional adapter ring. Sturdy aluminum construction, Insulated to
maintain steady 160°–170° temperature, Indispensable countertop
item
Serviceable Period: 2-year parts and labor.
Model: APW WYOT: CWK-1, or SERVER, or PIPER or equal and
approved
K. ITEM 1.11: CARVING STATION W/ TWO SINGLE HEAT LAMP
Quantity: 1no
Approximate Size: 914mm wide x508mm deep x 864mm high.
Description: Carving station with dual lamp fixtures and glass sneeze guard
Features: Dual heat lamp fixtures mounted on a 36” x 20” x 1¾” thick solid
surface base. Base to be routed with gravy lane, Clear etched glass
sneeze guard, Brass surfaces have a clear baked enamel finish. All
internal components including lamp sockets and wiring are high
temperature rated (200°C). Lamp body and fittings constructed of
solid brass.
Serviceable Period: 2-year parts and labor.
Model: HANSON BRASS: CD-LUX-WB, or ALTO SHAM or HATCO, or
equal and approved
L. ITEM 1.12: SALADS COUNTER
By others
3.02 PANTRY
A. ITEM 2.01: Stainless Steel Wheeled Waste Bin with Pedal Operated Lid Capacity: 105
Liters
Quantity: 1no
Approximate Size: Ø375mm wide x 700mm high.
Description: 1no Stainless steel 105 -liters capacity refuse bin on wheels and
pedal operated lid
Manufacturing Detail: The container of CNS 18/10 has neither seams nor joints where dirt
could settle. It is equipped with stable carrying handles on both
sides. The lid has a folded-down edge that projects over the
container and is provided with a deep-drawn recessed handle in its
centre. Thanks to a hanging device on the lid's underside, the lid can
be hung up either at the outside container rim or vertically at one of
the container handles.
Model: Tournus: 80.440.7, Hupfer or equal and approved

© 01 International W.L.L Food Service Equipment


11400-257
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. ITEM 2.02: Wall Mounted Hand Wash Sink Knee Operated W/Paper and Soap
Dispenser
Quantity: 1no
Approximate Size: 440mm wide x 385mm deep x 790 high.
Description: Stainless steel wall mounted hand basin with apron support, knee
operated mixer tap valve, stainless steel up stand with paper towel
dispenser and integral refuse bin for paper towels.
Features To be knee operated, achieving ‘hands free’ water controls, with the
waterspout being operated by pressing a panel to the front of the
basin with the knee or upper leg. To incorporate:
a. Basin: 350mm x 275 x 100mm deep.
b. Water Controls: Mixer valve with linking pipe and non-
return valve, concealed behind apron, to provide single
feed supply to tap.
c. Sink Fittings: Knee operated single 15mm tap and 32mm
waste.
d. Soap Dispenser: Integral liquid soap dispenser with a 0.5L
capacity.
e. Refuse Bin: With stainless steel housing and a refuse bin
for the collection of used paper towels. Housing
dimensions 240 x 3300 x 360mm (Reference 806.409).
f. Up stand Panel: With a 440 x 200 x 580mm stainless steel
rear upstand panel complete with 170mm diameter paper
towel dispenser (Reference 806.572).
Manufacturing Detail: To be CE approved. To be approved to NF Food Hygiene Standard.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. To be
manufactured in stainless steel 18/10.
Water Connections: To be installed to 15mm hot and cold water supplies using flexible
hoses with quick-disconnect fittings.
Other Details: To incorporate:
To be wall mounted, supplied complete with wall support frame and
with the bowl mounted at 865mm above finished floor level.
Weight and fixing details are to be co-ordinated by the Catering
Equipment Contractor to ensure that any strengthening requirements
are incorporated within the wall construction.
Model: Tournus: (806.385 or Equal and approved
C. ITEM 2.03: Not included in Foodservice Equipment Package; Refer to Plumbing
Specifications
D. ITEM 2.04: Mobile Heated Service Cart, Capacity: 5XGN 1/1-200 Containers Capacity:
132.5 Liters
Quantity: 2no
Approximate Size: 490-540mm wide x 738-815mm deep x 1394-1495mm high.
Description: Front loading insulated and heated meal distribution carts.
Features: To be supplied complete with and incorporate:
a. Internal Dimensions: Sized for Gastronorm Gn1/1
container combinations, up to maximum 5xGn1/1x200mm
deep, with a storage capacity of 130 Liters.
b. Runners: 20no pairs of support rails.

© 01 International W.L.L Food Service Equipment


11400-258
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Temperature Range: Suitable for use within a temperature


range of +30/+90OC.
d. Weight: Total unladen weight: 66-70 kg.
e. Heating: Having internal heating via a removable self-
regulating air circulation heating unit with on/off switch
via socket, heating to a maximum temperature of +90OC.
Heating unit to be removable to permit cleaning.
f. Castors: Mounted on rustproof 125mm diameter castors,
2no fixed and 2no swivel, front castors fitted with brakes.
Base of cart to be fitted with corner bumpers.
g. Finish: Cart to be constructed in stainless steel, double
walled and insulated with CFC-free PU foam.
Manufacturing Detail: To be CE approved. To be manufactured in stainless steel with a
double-walled construction with seamless insulation foam and
impact resistant frame. The foam used is to be CFC-free PU foam.
To incorporate:
a. Controls: Having a dial to regulate the humidity and a
temperature display.
b. Handles: Recessed impact resistant handles.
c. Door: Hinged door complete with seals that can be
removed for cleaning.
d. Interior: Interior to have coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To be supplied with a removable heating
element rated at 760 Watts. To be supplied complete with a spiral
cable with moulded on 3-pin socket.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied with 10no Stainless steel GN1/1 insert
runged shelves.
Model: Blanco: BLT-1220-EB (572.521) + Shelves, or
Rieber: 3no 3000U heated (85.01.08.02) + Shelves, or equal and
approved
E. ITEM 2.05: Mobile Cooled Service Cart, Capacity: 5XGN 1/1-200 Containers Capacity:
132.5 Liters
Quantity: 2no
Approximate Size: 490-540mm wide x 738-815mm deep x 1394-1495mm high.
Description: Front loading insulated and cooled meal distribution carts.
Features: To be supplied complete with and incorporate:
Internal Dimensions Sized for Gastronorm Gn1/1 container combinations, up to
maximum 5xGn1/1x200mm deep, with a storage capacity of 130
Liters.
Runners: 20no pairs of support rails.
Temperature Range: Suitable for use within a temperature range of
+2/+15OC.
Weight: Total unladen weight: 66-70 kg.
Powerful, active convection cooling, Uniform horizontal and
vertical cooling distribution with special air guidance in the door,
Cooling unit above floor construction for maximum ground
clearance and hygiene

© 01 International W.L.L Food Service Equipment


11400-259
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Castors: Mounted on rustproof 125mm diameter castors, 2no fixed


and 2no swivel, front castors fitted with brakes. Base of cart to be
fitted with corner bumpers
Finish: Cart to be constructed in stainless steel, double walled and
insulated with CFC-free PU foam.
Manufacturing Detail: To be CE approved. To be manufactured in stainless steel with a
double-walled construction with seamless insulation foam and
impact resistant frame. The foam used is to be CFC-free PU foam.
To incorporate:
a. Controls: Having a dial to regulate the humidity and a
temperature display.
b. Handles: Recessed impact resistant handles.
c. Door: Hinged door complete with seals that can be
removed for cleaning.
d. Interior: Interior to have coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To be supplied with a removable heating
element rated at 760 Watts. To be supplied complete with a spiral
cable with moulded on 3-pin socket.
Serviceable Period: 2-year parts and labor.
Accessories: Each cart to be supplied with 10no Stainless steel GN1/1 insert
runged shelves.
Model: Blanco: BLT1220EUK+ Shelves, or Rieber+ Shelves, or equal and
approved
F. ITEM 2.06: Ceiling or Wall Mounted Insect Killer, 30W
Quantity: 3no
Approximate Size: 315-385mm wide x 140-186mm deep x 410-435mm high
Description: 22-50 Watt output wall mounted white polyester finish insect
destroyer.
Features: To be supplied complete with and incorporate:
a. Interlocked safety system.
b. Shatterproof lamp option.
Manufacturing Detail: To be CE and NF approved and comply with European standard EN
335-2-59. Manufacturing details and technical elements are to
comply with all currently applicable hygiene and safety
standards.Housing to be finished in white polyester on aluminum or
zintec steel.
Electrical Services: Unit having ultra-violet elements with approximately 22-50 Watt
output and an approximate electrical rating of 38-80 Watts, with a
minimum area of coverage of 50m2. Unit to have an electrical
interlocking device that isolates the power to the item when the
safety grid is removed. To be installed to a spur outlet located to the
left side of the unit.
Other: To be wall or ceiling mounted with the underside at approximately
2600mm above floor level.
Serviceable Period: 3-year parts and labor (excluding light tubes).
Accessories: Shatterproof Lamp to be included in price.
Model: Tournus: 806 943 + Shatterproof Lamp, or Insect-O-Cutor: SE22
(white) + Shatterproof Lamp, or equal and approved

© 01 International W.L.L Food Service Equipment


11400-260
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

G. ITEM 2.07: Not included in Foodservice Equipment Package; Refer to Plumbing


Specifications
H. ITEM 2.08: Modular Stainless Steel Ambient Unit W/Waste Drawer & Stainless Steel
Plinth Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860 high.
Description: Base cabinet as self supporting structure _ Four sides closed _ Pull
out bin on ball bearing rails
Built in grip mouldings _ Basic hygiene: Inside of cupboard
completely smooth without projecting profiles and frames
Width 400 mm = 1 plastic container a 38 Liter capacity Width 600
mm = 2 plastic containers a 38 Liter capacity
Side panels double walled _ Complete made of stainless steel
1.4301
For free standing installation back panel necessary
Height 700 mm (without feet and worktop)
Unit is provided with stainless steel plinth and to be fixed upon the
legs with special clips
Features Manufacture all in Stainless steel 304, 18/10
Serviceable Period: 2-year parts and labor
Model: Tournus, Electrolux (custom) or equal and approved
I. ITEM 2.09: Stainless Steel Modular Cabinet For Drop-In Sink Top With Sliding Doors
and Stainless Steel Plinth, 1400X680X860MM
Quantity: 1no
Approximate Size: 1400mm wide x 680mm deep x 860mm high.
Description: Stainless steel modular cabinet for drop in two bowls sink unit with
sliding doors and stainless steel plinth
Features: Units on sliding doors are completely made of 304 AISI stainless
steel with Scotch-Brite finishing.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthens the structure. Sliding doors, with sound
deadening internal and external panels, run on the upper part on the
s/s bearings and o n the lower part on a hidden runner, All edges
should be smooth to avoid any safety problem with daily use. 45°
degrees internal side corners junction system and internal middle-
shelf, height-adjustable in 3 positions, with an inner double fold to
eliminate gaps between sides and back
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TEL2S14, or Tournus or equal and approved
J. ITEM 2.10: Drop-In Sink Unit - Two bowls 600X500X300 MM Dimensions:
1360X550X300 MM
Quantity: 1no
Approximate Size: 1360mm wide x 550mm deep x 300mm high.
Description: Stainless steel double bowl sink unit. Bowls size are 600x500x300
mm, Splash back rear part is complete covered with S/S profile to
avoid water spillage onto modules underneath.
Features: 304 AISI CrNi 18/10 S/S worktop with a height of 40 mm and a
standard thickness of 15/10 (16 gauges). 600x500x300 15/10 bowls.

© 01 International W.L.L Food Service Equipment


11400-261
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Bull-nose special shape front profile, without burrs, avoids water


leakage on the modules underneath.
100 mm boxed heavy duty splash back with a 45° degree top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: T2VI1400, Tournus, Marneo or equal and
approved
K. ITEM 2.011: Deck Mounted Faucet with 18" Swing Nozzle
Quantity: 1no
Approximate Size: Hose to rise 866mm above tabling top.
Description: Pre-rinse spray arm suitable for a hot, cold or mixed water supply,
complete with a mixer tap mixing valve. To be mounted to the rear
of the sink bowl.
Features: To be supplied complete with and incorporate:
a. Spray Head: Heat insulated lightweight water saving spray
head/control, with a rubber protection bumper.
b. Hose: With a food quality hose, cased in stainless steel.
c. Wall Bracket: Complete with an adjustable wall bracket,
adjustable between 35-180mm.
d. Water Connection: Spray/ mixer tap to be connected to
both hot and cold water supplies.
e. Operating Parameters: For operation at between 0.4-5.0 bar
pressure and a water temperature of up to +540C.
f. Mixing tap with180-200mm reaches.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: T&S, Model: B-0220-EE or Mecserflex: B-2239-B, or equal and
approved
L. ITEM 2.12: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1800X700mm
Quantity: 1no
Approximate Size: 1800x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness, 18mm under panel made of sound deadening
material according to E1 European specifications. Front and rear
longitudinal stainless steel c-channel reinforcement, 15/10 (16
gauges). Special shaped front and rear profiles, without burrs, to
avoid water leakages on the underneath modules. Splash back rear
part completely covered by stainless steel profile. 100 mm boxed
heavy duty splash back with a 45° degrees top angle. The splash
back is folded directly from the worktop and has fully welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.

© 01 International W.L.L Food Service Equipment


11400-262
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA18A, Tournus, Mareno or equal and
approved
M. ITEM 2.13: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 2100X700mm
Quantity: 1no
Approximate Size: 2100x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA21A, Tournus, Mareno or equal and
approved
N. ITEM 2.14: Modular Stainless Steel Ambient Unit with Drawer & Stainless steel Plinth
Dimensions: 400X680X860MM
Quantity: 1no
Approximate Size: 400x680x860 mm
Description: Ambient unit with 3 drawers accept GN containers up to 150 mm
high.
Manufacturing Detail: Ambient units with drawers are completely made of 304 AISI CrNi
18/10 stainless steel with Scotch-Brite finishing.
Units incorporate front and rear longitudinal stainless steel c-
channel basement reinforcement 15/10 thickness. Sound deadening
reinforcements between internal and external side panels strengthen
the structure. Drawers made in 304 AISI stainless steel, Telescopic
runners to ease extraction of GN containers, Stainless steel plinth
will be provided
Other: To be fabricated in accordance with the requirements of the general
specification. A working drawing is to be submitted for review and
authorization prior to manufacture.
Model: Electrolux, Model: TE3C4, Tournus or equal and approved

© 01 International W.L.L Food Service Equipment


11400-263
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

O. ITEM 2.15: Modular Refrigerated Counter with Built in Unit, Three Doors and Stainless
steel Plinth, 1700X680X860 mm
Quantity: 1no
Approximate Size: 1700x680x860 mm
Description: Modular refrigerated counter with integrated refrigeration unit and
three hinged doors and no top, 435-510 Liter counter refrigerators
each designed to maintain food at +1O/+4OC. Having integral air
cooled compressor mounted to the facing right side and 3no
cupboard compartment with hinged doors adjacent to the
compressor section.
Features: To each be supplied complete with and incorporate:
a. Cupboards: 3no cupboard compartments, each complete
with 2no 2/1 size Gastronorm nylon coated wire shelves on
fully adjustable non-tilt tray slides, mounted on removable
ladderack uprights.
b. Doors: Doors to each be complete with lock and removable
magnetic gasket.
c. Castors: Mounted on chemically resistant low profile
polyurethane castors. Front castors to be lockable.
d. Compressor: With air cooled refrigeration system
operating using R134a refrigerant gas and which meets
ISO climate class 5, with operation up to +43OC ambient.
To have the compressor mounted to the facing right side of
the unit.
Manufacturing Detail: To be designed and built to ISO 9001 standards, using CFC and
HCFC-free insulation and refrigerant. To be CE approved.
Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards. With stainless
steel grade 304 exterior and interior. Interior surfaces are to have
coved corners.
Electrical Controls: To comply with EN 60335-2-38: European standard for the safety
of electric appliances. To operate from a 13amp 240volt single
phase electrical supply and be supplied complete with a helicoil
mains lead and 3-pin socket, Fan cover to be removable for
cleaning, Evaporator coils to be coated to protect against corrosive
foods.
Control Panel: Control panel to be water resistant, flush finish touch pad operated
type and to incorporate LED display showing temperature. To have
automatic defrost with status display
Temperature Recording System: The counter is to be installed to the temperature recording
system (supplied by Specialist Refrigeration Package Contractor,
with temperature and plant status data transferred via a data link to
the Chef’s Office and the Catering Manager’s Office.
Serviceable Period: 2-year parts and labor.
Accessories To be supplied complete with:
1 2 meter helicoil mains lead.
2. 3no additional grid shelves.
3. Castors for 850mm height.

© 01 International W.L.L Food Service Equipment


11400-264
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Other: To be supplied complete with flat square edges that permit the
addition of the special top that is proposed to be mounted over each
item.
Model: Electrolux, Model: TRGS3V7T, Foster: PREM 1/3H + Accessories
(without top), or Williams: HO-3-U + Accessories (without top), or
equal and approved
P. ITEM 2.16: Stainless Steel Wall Mounted Cupboard with Sliding Doors and Middle Shelf
1600X400X600 mm
Quantity: 1no
Approximate Size: 1600mm wide x 400mm deep x 600mm high
Description: Stainless steel wall mounted cabinet with sliding doors, sloped top
and one adjustable shelf.
Features: Wall cupboard units with hinged doors are completely made of 304
AISI with Scotch-Brite finishing.
600 mm body height is surrounded by a s/s structure.
Front and rear longitudinal stainless steel c-channel reinforcement
15/10 thickness strengthen the structure.
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sliding doors, with sound deadening internal and external panels,
run on the upper part on the s/s bearings and on the lower part on a
hidden runner.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TAPC16, Tournus, Mareno or equal and
approved
Q. ITEM 2.17: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
600X680X860MM
Quantity: 1no
Approximate Size: 600mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.
Features: Front and rear longitudinal stainless steel c-channel basement
reinforcement 15/10 thickness (16 gauges).
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting. Sound deadening
reinforcements between internal and external side panels, strengthen
the structure. Ambient units are mounted on 150 mm height
adjustable (0/+90mm) oversized (65x65 mm) feet. Stainless steel
plinth to be provided
Model: Electrolux, Model: TERG06, or equal and approved
R. ITEM 2.18: Modular Stainless Steel Ambient Unit Stainless steel Plinth Dimensions:
400X680X860MM
Quantity: 1no
Approximate Size: 400mm wide x 680mm deep x 860mm high.
Description: Open ambient unit is completely made of (304 AISI CrNi 18/10)
stainless steel with Scotch-Brite finishing.

© 01 International W.L.L Food Service Equipment


11400-265
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Features: Front and rear longitudinal stainless steel c-channel basement


reinforcement 15/10 thickness (16 gauges).
The internal sides, which support the structure, have a 3 level
position 30 mm high middle-shelf in AISI 304 stainless steel with a
central S/S support to avoid twisting.
Sound deadening reinforcements between internal and external side
panels, strengthen the structure.
Ambient units are mounted on 150 mm height adjustable
(0/+90mm) oversized (65x65 mm) feet.
Stainless steel plinth to be provided
Model: Electrolux, Model: TERG04, or equal and approved
S. ITEM 2.19: AISI 304-18/10 Stainless Steel Work Top with Splash Back 16 Gauges
Thickness and 40 to 50 mm height, 1000X700mm
Quantity: 1no
Approximate Size: 1000x700x40(50) mm
Description: Top: 304-grade stainless steel top, with special 350mm high rear up
stand to all sides abutting the adjacent walls. With a 55mm bull
nose turndown to front
Features: Worktop in AISI 304 stainless steel CrNi 18/10 40 mm high, 15/10
(16 gauges) thickness
18mm under panel made of sound deadening material according to
E1 European specifications.
Front and rear longitudinal stainless steel c-channel reinforcement,
15/10 (16 gauges).
Special shaped front and rear profiles, without burrs, to avoid water
leakages on the underneath modules
Splash back rear part completely covered by stainless steel profile
100 mm boxed heavy duty splash back with a 45° degrees top angle.
The splash back is folded directly from the worktop and has fully
welded sides.
The rear part of the splash back is completely covered with a S/S
profile to avoid water spillage onto the modules underneath.
Manufacturing Detail: Manufacturing details and technical elements are to comply with all
currently applicable hygiene and safety standards.
Serviceable Period: 2-year parts and labor.
Model: Electrolux, Model: TPLA01A, Tournus, Mareno or equal and
approved
T. ITEM 2.20: Stainless Steel Service Trolley Three Levels W/ Two Handle
Quantity: 1no
Approximate Size: 1100/825mm wide x 700mm deep x 960/1010mm high.
Description: Mobile heavy-duty general-purpose trolley with three shelf levels.
Features: To be supplied complete with:
Stainless steel 18/10, having an all welded construction frame to
achieve a total load capacity of 160 kg.
Heavy-duty chassis, with a welded 25mm diameter tubular frame
and integral handles
125mm diameter all swivel castors, two with brakes.

© 01 International W.L.L Food Service Equipment


11400-266
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Manufacturing Detail: To incorporate:


Chassis: To have a base chassis with welded cross members.
Shelves: 4no, each approximately 1000 x 600mm and having a
dished top with 'all rounded' profile. To have a 35mm perimeter
flange and sound deadening under. To be welded to the framing.
Castors: To be 125mm diameter all-swivel stainless steel non-
marking heavy-duty type, secured by double tapered screws to the
chassis frame. 2no castors are to be fitted with brakes. All castors
are to be fitted with revolving mark proof protection buffers and a
hard noise-dampening wheel with a polyamide tread and a soft
rubber core, designed for use on a hard floor They are to be
washable and be manufactured with high quality stainless steel
stems, plastics and rustproof components.
Model: Tournus: 801 543, Blanco: SW 10x6/3, Hupfer: Ssw10x6/3, or
equal and approved
U. ITEM 2.21: Self Contained Gstronorm GN 2/1 Stainless Steel Internally &Externally
Reach-In Refrigerator, With Two Doors, 1350L
Quantity: 2no
Approximate Size: 1400-1400mm wide x 800mm deep x 1965/2080mm high.
Description: 1300Litre capacity mobile upright refrigerated cabinet.
Features: Refrigerated cabinet to be designed for general produce and dairy
storage and to maintain +1O//+4OC. With an integral top mounted
air-cooled compressor and Gastronorm 2/1-size cupboard storage
compartment under. To be supplied with, and incorporate, the
following:
a. Shelves: 8no Gastronorm 2/1-size nylon coated wire
shelves on fully adjustable non-tilt trayslides, mounted on
removable shelf supports. Maximum loading 35kg per
shelf. Shelves to be adjustable at maximum of 85mm
intervals.
b. Doors: 2no lockable doors with removable magnetic
gaskets. Doors to be right hand hinged.
c. Castors: Mounted on chemically resistant polyurethane
castors. Front castors to be lockable.
d. Compressor: With integral top mounted removable forced-
air refrigeration system that operates using R134a
refrigerant gas and which meets ISO climate Class 5,
operating up to +43OC ambient. With automatic off-cycle
defrost.
Manufacturing Detail: Cabinet to be to current European standards, be CE and/or NSF
approved and designed to ISO 9001 standards, using CFC free
polyurethane insulation and refrigerant. Manufacturing details and
technical elements are to comply with all currently applicable
hygiene and safety standards.
Manufacturing Detail: Finish: Cabinet to have a stainless steel exterior (minimum grade
430) and a stainless steel interior. Door to be self-closing, with
dwell at 90O. Door exterior to have integral, flush door handle.
Cabinet interior to have coved corners and be fitted with
shelf/trayslide supports that are removable via twist bolts. Fan cover
is to be removable for cleaning and evaporator coil is to be coated to
provide protection against corrosive foods. Fan to automatically cut
out when the door is open.

© 01 International W.L.L Food Service Equipment


11400-267
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

Electrical Controls: To operate from a 240volt 13amp electrical supply. To be supplied


complete with a 2-metre mains lead and moulded-on plug top. To
comply with EN 60335-2-38: European standard for the safety of
electric appliances.
Control Panel: To have a high level, flush finish, touch pad operated control panel
incorporating status display. Panel to be water-resistant and
incorporate an LED digital temperature display, High-Low
Temperature Alarm, Defrost Indicator and Compressor Running
Indicator.
Serviceable Period: 2-year parts and labor.
Optional Items: To be supplied complete with:
1. Stainless steel main back.
2. 2no additional Gastronorm 2/1-size nylon coated wire
shelves complete with fully adjustable non-tilt tray slides.
3. 2-metre helicoil mains lead.
Model: Foster, Model: EPREM G1350H or Williams: HG2T-SS, or equal
and approved.

END OF SECTION

© 01 International W.L.L Food Service Equipment


11400-268
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11405
REFRIGERATION EQUIPMENT

PART 1 - GENERAL
1.01 INTRODUCTION
A. The Specification for specialist refrigeration equipment and its installation described in this
section applies only to this specialist package and should be read in conjunction with the
Contract conditions and Contract particulars prepared by the Contract Administrator. The
Tenderers should note the sections which detail the Main Contractor's special attendance for
this sub-contract.
B. Should the Tenderers find any discrepancy or divergence between the Contract conditions,
Contract particulars and specialist refrigeration equipment package specification, he shall
immediately notify the Contract Administrator. The Tenderers is advised to familiarize himself
with the documents and the requirements set out therein.
C. The specification contained in this document relates to that specialist refrigeration equipment
required to be supplied new, all to suit the proposed catering facilities that are proposed within
the kitchen area of the proposed new ROP, OMAN
D. The fit-out encompasses the cold room structures and refrigeration equipment and services that
are required in the following areas of the Kitchen:

Area Description

4.0 Cold Storage Area

4.01 Fish Cold Room

4.03 Meat and Poultry Cold Room

4.05 Vegetable Cold Room

4.07 Bakery Cold Room

4.08 Egg Cold Room

4.02 Fish Freezer Room

4.04 Meat and Poultry Freezer Room

4.06 Vegetable Freezer Room

6.0 Beverage & Ice Station Area

6.03 Beverage Cold Room

8.0 Meat and Poultry Prep. Area

8.27 Meat Walk-In Progress Holding Room

9.0 Cold Kitchen Area

9.28 Cold Kitchen Walk-In Progress Holding Room

10.0 Vegetable Prep. Area

10.24 Vegetable Walk-In Progress Holding Room

E. Reference should be made to the building drawings for the overall facility locations and to the
Consulting Engineer’s drawings, which detail the design of the service infra structure.

© 01 International W.L.L Refrigeration Equipment


11405-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Consultant's Intention: The Food Service Design Consultant has produced a design for the
catering facilities and refrigeration within this development. It is the successful Refrigeration
Equipment Sub Contractor's responsibility to understand the aforementioned, be aware of any
implications, co-ordinate and design this package and conclude the project in a professional
manner.
G. The Refrigeration Equipment Sub Contractor shall supply, deliver, off-load, carry onto site to
point of use, all materials and equipment, install, connect, progressively test and finally test
and commission all works indicated on the Tender Drawings as described in this Specification.
Upon completion of the installation, all systems shall be proved and demonstrated with training
provided as required and the works left in proper working order in accordance with the
contract documentation and to the satisfaction of the Project Manager.
H. The Refrigeration Equipment Sub Contractor's responsibilities shall include, but not be limited
to:
1. Production of drawings, especially services layouts, which should check and verify all
information shown by the consultant.
2. Production and checking of fabrication drawings to ensure that they meet
specification and suit site conditions, to include electro-mechanical services runs and
other equipment.
3. Appointment of experienced Project Manager and installation team.
4. Proposal of solutions to problems where they arise.
1.02 INTERPRETATION WITHIN THIS SPECIFICATION
A. The headings of the section/clause in this specification shall not affect the interpretation
thereof. All sections of this specification shall be read in conjunction with each of the other
sections and with the Refrigeration Equipment Tender drawings, read together. All sizes
specified within this document are metric and in millimeters unless otherwise stated.
B. Where the work described in this document is undertaken by the Refrigeration Equipment
Contractor as a Specialist Package Contract, the term 'Contractor' shall mean 'Specialist
Refrigeration Equipment Package Contractor'.
1.03 SCOPE OF WORKS OF SPECIALIST REFRIGERATION EQUIPMENT
A. Contractor
1. The work covered by this specification is for the installation of refrigeration
equipment to terminated services in predetermined positions within 2000mm of the
final connection point of positioned refrigeration equipment. It should be noted that
allowance shall be made for an additional 1000mm between the services termination
points and the appliance connection point than the usual industry norm, to allow
flexibility in the installation.
2. It shall be incumbent on the Contractor to verify that the services requirements as
shown on refrigeration equipment services requirements drawings, and which are
included with this package, meet the contractor’s requirements. Variations should
only be made if absolutely necessary.
3. Unless specifically stated otherwise, this specification is for:
a. Provision of layout, electro-mechanical and fabrication drawings
b. Site supervision
c. Manufacture
d. Works testing
e. Supply and delivery to site
f. Site movement
g. Provision of all necessary labor and materials to form a complete installation
of the works.

© 01 International W.L.L Refrigeration Equipment


11405-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

h. Installation and/or erection


i. Final connection;
j. Commissioning, including all tests required to achieve Project Close-out and
as required to comply with the Main Contractor’s specific commissioning
requirements and forms
k. Making good any defects to installed equipment that occur during the defects
liability period;
l. Provision of operating and maintenance manuals;
m. Preparation of 'as installed' drawings;
n. Provision of a complete set of manufacturer’s recommended spare parts.
o. Provision of all maintenance during the warranty period.
4. All as described in this document, referred to hereafter as 'supply and install'.
1.04 SPECIALIST REFRIGERATIONEQUIPMENT CONTRACTOR REQUIREMENTS
A. The Food Service Equipment Contractor shall be solely responsible for quality control of the
work to comply with the requirements of the contract documents. The Food Service Equipment
Contractor shall co-ordinate all interfaces with other packages.
B. The Food Service Equipment Contractor shall supply and install everything necessary for the
proper execution of the works, according to the true intent and meaning of the Designer’s
drawings, the general specification and the item specification taken together, whether the same
may or may not be particularly shown or described, provided that the same is reasonably to be
inferred there from. If the Contractor finds any discrepancy he shall immediately and in writing
refer the same to the Client’s Representative who will decide the procedure.
C. Where materials, products and standard of work are not fully specified they are to be:
1. Fit for the purpose of the Works stated in the Contract Documents.
2. In accordance with good building practice, including relevant provisions of current
Standard Codes of Practice, including British standards and Omani Construction
Standards.
3. Comply with relevant COSHH assessments.
4. In compliance and conformity with international and local/regional codes.
5. Conforming to Oman standardization policy.
6. In compliance and conformity with Oman Construction Specifications
1.05 QUALITY ASSURANCE
A. Installers and Manufacturer’s Qualifications should be a minimum of 5 years experience.
1.06 THE CONTRACT
A. The Food Service Equipment Contractor shall be a Specialist Package Contractor to the Main
Contractor. Terms and conditions applied under this Contract to the Main Contractor will also
apply to this package.
B. It is incumbent on the Tenderers to ensure that the Contract Administrator forwards all relevant
preliminaries sections during the Tender Period, to ensure that all known conditions are
included in the Tender price for these Specialist Package works.
C. The Tenderers shall complete the pricing schedule section together with the section scheduling
proposed manufacturers of proprietary equipment and return them completed with his tender,
together with completed section scheduling requirements for attendances by the Main
Contractor.

© 01 International W.L.L Refrigeration Equipment


11405-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.07 THE CONTRACT PERIOD


A. The Contract period is to be subject to agreement with the Contract Administrator. Refer to
Main Contract conditions pertaining to programme. The Food Service Equipment Contractor
shall liaise with the Contract Administrator to agree the dates on which the equipment shall be
delivered and installed, to comply with the contract programme.
B. The Food Service equipment Contractor shall include a statement in a letter accompanying his
tender, confirming compliance with the main programme requirements.
1.08 DRAWING INFORMATION
A. The design intent drawings accompanying the tender documents are for tendering purposes
only and must be treated as being subject to development to suit site conditions, as necessary to
suit the kitchen fit-out.
B. Drawings that should be read in conjunction with this specification are scheduled below, with
any other drawings deemed necessary by the Contract Administrator in discussion with the
Food service Equipment Tenderers
1.09 HEALTH AND SAFETY REQUIREMENTS
A. The Food Service Equipment Contractor should be aware that he will be expected to conduct
his activities within the regulations set out and documented by the appointed Health and Safety
Officer.
B. The Contractor must supply a copy of his Health and Safety Policy on submission of the
Tender. A Tender will not be accepted unless this has been received.
C. The Contractor shall comply in all respects, and at his own expense, with all the requirements
contained within the:
1. Health and Safety at Work Act 1974
2. Management of Health and Safety at Work Regulations 1992
3. Factories Act 1961
4. Offices, Shops and Railway Premises Act 1963
5. COSHH Regulations 1988
D. The Contractor shall ensure that gangways, fire doors, emergency escape doors, fire equipment
and fire hydrants are kept clear and unobstructed at all times.
E. The Contractor shall arrange at his own expense for the provision of personnel protective
equipment (to British Standards) to protect the Health and Safety of all personnel under his
control, e.g. dust masks, helmets, ear defenders, harnesses, respirators, protective boots etc. He
must ensure that the equipment is properly used and maintained.
F. Medical and First Aid facilities must be provided by the Contractor and kept on site and
properly maintained. The Contractor shall also appoint a supervisor or similar person trained in
first aid procedures, who shall maintain a presence on site.
G. If during the course of the works, the Contractor discovers any dangerous situations in areas
within or outside the contract area, he shall immediately notify the Project Manger and where
necessary stop work. Written confirmation of the Health and Safety contraventions shall be
sent by the Contractor as soon as possible to the Project Manager.
1.10 SCAFFOLDING, LADDERS AND PLANT
A. The Contractor shall ensure that no step ladders, ladders, scaffolding or other plant brought
onto site by him or his Contractors shall at any time be accessible to any unauthorised person,
in particular:
B. No step ladders or other plant shall be left accessible for unauthorised persons to enter the
building or other structures on the site.

© 01 International W.L.L Refrigeration Equipment


11405-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. No fixed external scaffolding shall be used without the permission of the Project Manager. All
necessary licenses shall be obtained with all fees paid by the Contractor.
D. The use of external ladder shelters is forbidden. Ladders, steps or trestles in temporary use
shall, at the close of each day’s work, be returned to a lock-up store or removed from site.
1.11 SITE ACCOMMODATION - SEE MAIN CONTRACT PRELIMINARIES
1.12 POWER/WATER - SEE MAIN CONTRACT PRELIMINARIES
1.13 INSURANCE/BONDS
A. The Contractor is to insure during the execution of the works against all liability arising from
any Workman’s Compensation Act etc which may be in force and lawful during the period of
the contract, in respect of workmen employed by him, and shall secure the Employer against
penalty from all claims in respect of accidents to workmen employed on the works and for
injuries sustained by any other person during the course of the contract and attributable to the
work in progress.
B. The Contractor shall insure, under approved policies, the work, material, equipment, plant, etc
until the end of the making good defects at the expiry of the defects liability period, against all
risks of injury, fire, accident or damage and in such a manner absolve the employer from all
lose, claim, demands or expenses for which he might otherwise be liable in connection with the
work covered by the contract.
1.14 SUPERVISION
A. The Food Service Equipment Contractor shall provide the services of a qualified supervisor
who is fully conversant with the details of the works and is conversant in the erection of
Specialist refrigeration equipment.
B. The supervisor shall supervise and control the work during the whole of the installation period
(during all phases of construction) and attend such meetings as requested by the Client.
1.15 FIRE PRECAUTIONS
A. The Food Service Equipment Contractor shall ensure that safe methods of working are adhered
to when using any equipment or materials that may involve danger to life or property. He shall
take all necessary precautions to safeguard against damage by fire or explosion where the
execution of the work may involve the presence of flame or sparks.
B. Petroleum products and other inflammable or vaporizing liquids, gases or solids shall only be
used in accordance with the regulations applicable to storage and use of these products.
C. All flammable material, gas cylinders and the like, shall be locked into a purpose-
made/constructed enclosure, in accordance with the Contract Administrator, Local Authority
Fire Officer and Health and Safety Executive requirements. The Food Service Equipment
Contractor shall be responsible for the transfer of these materials to/from the enclosure.

PART 2 - DESIGN RESPONSIBILITY


2.01 GENERAL
A. The employer shall be relying upon the Contractor’s specialist knowledge and expertise in
respect of the refrigeration equipment and systems. Therefore, the Food Service Equipment
Contractor will be required to take total responsibility for the design of the refrigeration system
(including any builders work in connection), the selection and sizing of materials, plant and
fabrication elements and the associated installation.
B. All in accordance with the performance requirements stated in Parts 2.0 and 3.0.
2.02 COORDINATION
A. The Food Service Equipment Contractor shall liaise with all other Contractors and the Project
Manager to ensure co-ordination of the work in this contract with related building elements and
services, and provide information to all other Contractors as necessary for others to progress
their works and in order to meet the requirements of the programme for the works.

© 01 International W.L.L Refrigeration Equipment


11405-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.03 MINIMUM ACCEPTABLE DESIGN STANDARDS


A. The Food Service Equipment Contractor’s design must satisfy all performance criteria set out
in the performance Specification for the refrigeration systems.
2.04 DESIGN INFORMATION AND CALCULATIONS
A. The Food Service Contractor shall complete the design and detailing of the refrigeration
system and provide associated production information based on the specification.
B. To include fabrication, manufacturing and installation drawings design calculations and
specifications, etc as appropriate.
2.05 SCOPE OF WORKS
A. The Food Service Contract scope of works shall consist of providing the detailed design,
preparation of drawings, materials, supply, manufacture, and delivery to site, erection, fixing,
jointing, services, equipment, accessories, labor, and supervision, management for the
complete design preparation, fabrication and installation of the refrigeration systems for this
project.
B. The refrigeration system shall include:
1. The cold room paneling and structure, including recessed floor insulation and heater
mats.
2. Combined air cooled compressor condenser packs for all rooms requiring cooling.
3. All interlink cabling, refrigerant lines and cable tray.
4. All evaporators and low velocity coolers.
5. All control panels.
6. Temperature recording system.
2.06 GENERAL STANDARD OF MATERIALS
A. Where specified, materials are to be new and consistent with the character of this project. The
Food Service equipment, as detailed within this specification, shall be of a standard designed to
be heavy-duty, suitable for use within a commercial catering environment. Equipment shall be
certified with a CE mark as required to confirm that they comply with relevant European
Directives.
B. The performance, as specified, shall be in line with the expected level of operation within this
building. It should be noted that the kitchen will be operational for a minimum of 14 hours per
day and usually for up to 16 hours per day. Equipment, articles and fittings that come in
contact with food will satisfy regulations relating to ‘Materials in Contact with Food”.
C. The following features are considered by the Client to be of importance, and the Food Service
equipment Contractor shall ensure that equipment supplied meets the highest level of:
1. Quality of materials
2. Fuel efficiency
3. Ease of operation
4. Health & safety features
D. Materials are to be supplied in the following order of priority unless otherwise specified:
1. Complying with British Standards;
2. Complying in general with British Standards.
3. CIBSE Refrigeration Commissioning Code R
4. Institute of Refrigeration Safety Code for Refrigeration Systems Utilizing Groups A1
and A2 Refrigerants.

© 01 International W.L.L Refrigeration Equipment


11405-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.07 BRANDED MATERIALS, PROPRIETARY ARTICLES AND SYSTEMS


A. The Specification of branded materials and of proprietary articles and systems supplied or
supplied and fixed complete by particular firms is intended as a guide to the type of article or
quality of material. Provided that authorization is obtained from the Project Manager, the
Contractor may order from other sources which supply articles or materials of equal quality.
Full detail of alternatives and/or samples shall be submitted when the substitution is requested.
The decision as to the acceptability, or otherwise, of alternatives will be made by the Project
Manager. When returning the Tender, the Contractor will be deemed to have priced the items
specified and not any proposed alternatives.
B. The Contractor shall obtain the manufacturer’s printed instructions relating to all branded
materials and proprietary systems employed in the works and shall take all precautions to
ensure that these recommendations are followed. Copies of such instructions shall be kept on
site during the installation of the works, for reference, and produced when requested.
C. All manufacturers’ literature shall be compiled into a handbook by the Contractor and handed
to the Project Manager at the time of the handover of equipment and the installation. This shall
be in the form of an Operation and Maintenance Manual, as detailed in Section 1-4.12.
2.08 METRIC/IMPERIAL EQUIVALENTS
A. The Project Manager’s prior authorization is to be obtained on the substitution of any
equivalent metric/imperial sized materials or components.

PART 3 - STANDARD OF WORK


3.01 STANDARD GENERALLY
A. The standard of work shall comply with applicable requirements of all laws, codes and
regulation of the governing authorities and bodies having jurisdiction. The Contractor shall
obtain necessary approvals from such authorities and make due allowance in the Tender for
compliance with their requirements.
B. Where specific standards are referred to in this Specification, other authoritative standards that
ensure an equal or higher quality than the standards mentioned will also be acceptable. It will
be incumbent on the Contractor to verify the equal or higher quality, and to submit
comparative standards (both specific and proposed), for review.
C. Works shall be to an acceptable standard throughout, commensurate with the nature of the
works, particularly with regard to the accuracy of dimensions, lines, plans, levels and the
quality of surface textures. The Contractor shall do all that is necessary to ensure that the
standard of finish demanded by this contract is achieved.
3.02 COOPERATION/COORDINATION WITH OTHER CONTRACTORS
A. It shall be the Contractor’s responsibility to co-ordinate/liaise with all other Contractors and
the Project Manager. The Contractor shall make himself aware of the extent of works being
installed within the Contract area by other trades, and will provide sufficient services
information to allow the specialist panelling Contractor to produce fully co-ordinated
composite builders work drawings.
B. The Contractor shall ensure that in fixing the work of this contract he shall not obstruct the
fixing or the future maintenance of other services or equipment items. The Contractor shall
fully co-operate with other Contractors and take all reasonable precautions to ensure that his
progress does not impede the progress of their work.
C. The Contractor must take all necessary precautions to restrict the area of his work to the
immediate vicinity of the work involved in this Contract.
D. All the implications of these restrictions and the methods which are to be adopted must be fully
considered, and allowance for them made in the Tender return.

© 01 International W.L.L Refrigeration Equipment


11405-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.03 BUILDER’S WORK DRAWINGS/INFORMATION


A. The successful Tenderer shall be expected to carry out early "Builder's Work in Connection"
co-ordination to ensure that recesses, holes and chases for drains, pipe work, cable trays and
other connections are correctly located in relation to equipment to be supplied in this Package.
B. The Contractor should note that all holes required through wall and ceiling panels for passage
of conduit, pipe work greater than 150 mm diameter or square will be cut by the paneling
Contractor, and subsequently sealed by him. It will therefore be the responsibility of the
Refrigeration Contractor to provide all relevant data and in sufficient time not to jeopardise the
installation programme. The Tenderer should make due allowance for all the necessary
attendance at co-ordination meetings with the paneling contractor.
C. The Contractor shall take due recognition of the need to co-ordinate his services installation
with the wall and ceiling Contractor and make due allowance for attendance on site to finalize
and mark holes required in panels for the passage of his services.
D. The Contractor will supply drawing and or others details of all other BWIC requirements for
penetrations to the building fabric.
3.04 PRODUCTION OF INSTALLATION/WORKING DRAWINGS
A. The Food Service Equipment Contractor shall prepare and submit to the Contract
Administrator sets of accurately dimensioned detailed layout drawings of equipment,
fabrication and other details of the works as necessary to supplement the information shown on
the drawings. They shall be fully co-ordinated installation/working drawings, co-ordinated
with the works of other trades.
B. Any working drawings produced by the Food Service Equipment Contractor must be
forwarded for comment and authorization to the Contract Administrator, Design Team, Client
and concerned trades before works commence.
C. They shall be submitted for authorization to ensure correct interpretation of this specification
and associated design drawings. This procedure shall not invalidate or exempt the Food
Service equipment Contractor's responsibility for accuracy or correctness. Any comment the
Design Team, Client or concerned trades may make will be advisory only and solely for the
consideration of, and assessment by, the Food Service equipment Contractor. The comments
shall not relieve the Contractor of his responsibility for the suitability and correctness of his
designs and his other contractual obligations.
D. The Food Service equipment Contractor shall submit detailed dimensioned shop drawings and
diagrams for the items listed in the detailed specification, Part B. These shall be new drawings
prepared specifically to suit the requirements of this contract. When preparing the drawings the
Food Service Equipment Contractor shall establish lines and levels for the work specified and
check the drawings to avoid interference with structural features, services pipe work and other
elements.
E. Shop drawings are to be at a minimum scale of 1:20, with detail at 1:10 and 1:5 and shall
include:
1. Dimensioned layout drawings at a scale of 1:20.
2. Dimensioned layout and elevation drawings at a scale of 1:20 showing:
a. Dimensioned builder's work.
b. Dimensioned Mechanical and Electrical connection positions required for the
equipment.
c. Dimensioned electrical switchgear positions required for the equipment.
3. Dimensioned working/fabrication drawings at a scale of not less than 1:20
incorporating:
a. All materials products, components, assemblies, etc. The drawings must
indicate the type and thickness of materials, the arrangement of components,
jointing, fixing and details, sealant, extrusions, finishes and all other
pertinent information. In a number of instances in is anticipated that these
working drawings will be full size or 1:5 scale.

© 01 International W.L.L Refrigeration Equipment


11405-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. The location of all component parts, method of assembly and fixing.


Dimensional relationship with adjacent elements, components or materials,
indicating the permissible deviations.
4. Plans and sections showing any required builder's work, including sizes and position
of any holes in the structure. This information must be provided in sufficient time to
meet the needs of the Client’s construction programme.
3.05 DESIGN AND CO-ORDINATION
A. The Food Service Equipment Contractor shall:
1. Complete the design and detailing of the work, and provide complete production
information, including, as appropriate, fabrication/ installation drawings, all design
calculations, specifications, etc, based on the drawings, this specification, and other
information provided. Liaise with others as necessary, to help ensure co-ordination of
the work with related building elements and services.
2. Request additional information as necessary from the Contract Administrator and
provide information as necessary in time to meet the programme.
3. Submit sufficient copies of the design/production information, including four (4)
copies for the Design/Contract Team, who will check the design/production
information and submit comments to the Client.
4. The Contract Administrator shall inspect the design/production information, record
comments and return them. The Contract Administrator requires ten working days for
such examination of design/production information.
5. Make any necessary amendments in accordance with any comments of the Contract
Administrator, without delay. Unless and until it is confirmed that re-submission is
not required, re-submit for further checking and comment, and incorporate any
necessary further amendments all as before.
6. If submitted design/production information differs from the requirements of the
Tender documents/Contract documents as applicable, each such difference must be
the subject of a request for substitution or variation, supported by all relevant
information.
7. Should any amendment to design/production information, required by the Contract
Administrator, be considered to involve a variation which has not already been
acknowledged as a variation by the Contract Administrator then the Contract
Administrator must be notified without delay, and in any case within seven days. The
Food Service Equipment Contractor shall not proceed with ordering, fabrication, or
fixing until subsequently instructed. Claims for the extra cost of such work, if made
after it has been carried out, may not be allowed.
8. Submit sufficient copies of final version of design/production information, including
six copies for the Client and Design Team, shall be submitted to the Contract
Administrator for distribution to all affected parties.
3.06 CO-ORDINATION WITH OTHER CONTRACTORS
A. The Food Service Equipment Contractor is expected to liaise fully with the other Contractors
(Main Contractor, Mechanical Contractor, Electrical Contractor, etc.) to ensure that all
elements of this project are carefully co-ordinate where they interface.
3.07 CO-ORDINATION WITH OTHER SERVICES
A. The Food Service Equipment Contractor shall be responsible for the proper roughing of all
refrigeration equipment to be installed. Architectural and mechanical drawings shall be
checked to ascertain whether there is hidden interference with regard to exposed plumbing and
electrical routes, other than required connections to specialist refrigeration equipment.
B. If the Food Service Equipment Contractor fails to check drawings as required, then after
delivery, and without cost to the Employer, any necessary cut-outs within equipment shall be
made to complete the proper installation to the satisfaction of the Contract Administrator.

© 01 International W.L.L Refrigeration Equipment


11405-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.08 SAMPLES
A. The Food Service Equipment Contractor shall submit two (2) identical finished samples of the
materials that he proposes to use on the Contract, for written authorization prior to the
commencement of manufacture.
3.09 INSPECTION OF EQUIPMENT DURING MANUFACTURE
A. The Contract Administrator/Client’s Representative Team including the Food Service Design
Consultant, shall visit the fabrication works at any time during manufacture, to assess progress
and the quality of work.
3.10 SETTING OUT OF THE WORKS
A. The Food Service Equipment Contractor shall be responsible for setting out all items
associated with the refrigeration equipment installation and for ensuring that equipment is
fixed correctly in relation to the building or any special features/fittings attached to it.
B. Fixed items shall be erected plumb in the position detailed within a tolerance of 1:1000 with a
maximum divergence from the true position of +/-10mm, except where otherwise detailed in
the specification. Dimensions for setting out shall not be scaled from drawings.
C. The dimensions given in this specification are approximate only, and in all cases where
equipment is intended to occupy fixed locations and spaces, the physical conditions of the
building are to control the absolute sizes.
D. The Food Service Equipment Contractor shall be responsible for taking and/or agreeing all
necessary site measurements and shall ensure that all specially manufactured items are
fabricated to those measurements. Where requested, the Food Service Equipment Contractor
shall provide timber templates, free of charge, to assist with setting-out/co-ordination.
E. The installation shall be completed to ensure that the equipment can be easily cleaned and
maintained to standards acceptable to an Environmental Health Officer.

PART 4 - INSTALLATION AND CONNECTION TO SERVICES


4.01 GENERAL
A. The Food Service Equipment Package Contractor shall supply, deliver, move into position
from delivery point, install and commission all items of refrigeration equipment to services
terminated with an isolating valve, electrical isolator, or tail within 2000mm of the final
connection points.
B. The installation is to be completed using materials that are appropriate for the purpose and
comply with all current regulations regarding their use.
4.02 MATERIALS AND STANDARD OF WORK
A. The Client considers the aesthetic character of this project as being of great importance. The
Food Service equipment Contractor shall not cut, drill or otherwise alter the works of other
Trades, or his own work to accommodate other Trades, unless such work is clearly specified
on the drawings. If such alterations are required, written approval from the Contract
Administrator must be obtained for such alterations.
B. Where, in the opinion of the Contract Administrator, the finished works or the materials or
standard of work of any part of the works fails to comply with this specification that part of the
works will not be accepted and will be deemed to be defective work.
4.03 EXTENT OF INSTALLATION
A. The specification of the installation of items detailed on the following pages relates to the
installation of electrical, waste services and refrigeration pipe work complete.
B. All refrigeration plant (including evaporators and coolers) will operate from a electrical
supplies located within the refrigeration equipment plant room together with separate
provisions made for the evaporators and cold room lights located adjacent to each respective
equipment item. Tundish gulley waste outlets will be provided by others, as indicated on
drainage drawings.

© 01 International W.L.L Refrigeration Equipment


11405-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. The Food Service Equipment Contractor will be required to supply all isolators, distribution
boards, control panels, and interconnect wiring, piping and cable trays associated with the
refrigeration equipment installation.
D. The Food Service Equipment Contractor shall make adequate provision in his price for the
refrigeration equipment installation for:
1. All refrigeration lines between the compressors, evaporators and condensers;
2. All inter-connect wiring from the primary incoming supply;
3. All control wiring;
4. Pipe work and wiring laid in proprietary cable trays, sized, supported and fitted as part
of this contract.
4.04 LOCATION OF COMPRESSORS
A. All refrigerated rooms shall be refrigerated via remotely located water cooled plant, located in
the plant room that is specifically designated for the compressors. The Contractor shall
determine the suitability or otherwise of inclusion of refrigeration pack in lieu of individual
combined compressor/condensers.
B. The determination of the size and type of plant required and most suitable for this installation
shall be detailed within the Food Service Contractor’s Tender.
C. The plant is to be located internally within a plant room adjacent to the kitchen area, at
basement level, as indicated on the associated drawings.
D. The Contractor is to design and supply complete all support structures for
compressors/condensers.
4.05 LOCATION OF EVAPORATORS
A. Evaporators required within all rooms shall be located in the most suitable locations to suit the
efficient operation of the refrigeration system(s). They shall generally be located as shown on
drawings.
B. The evaporators shall be suspended and supported from the structural steelwork trusses, with
holes cut through insulated ceiling panels to suit support rod. The Contractor is to design and
supply all support structures for evaporators/coolers.
4.06 SELECTION OF PLANT
A. The refrigeration machinery should be selected to maintain room temperatures as specified
while operating in a maximum ambient temperature of 35°C with air onto the condensers also
not exceeding 35°C.
B. The heat load calculations for each area should take into account the following:
1. Heat leakage through insulated walls, ceilings and floors where applicable.
2. Lighting Load @ 8 Watts per square meter.
3. Product cooling as given on the schedule.
4. Machinery gains.
5. Personnel Loads.
6. Fan Motor Loads.
C. The heat load for each area should be calculated using medium air changes allowing for good
door management.
4.07 REFRIGERATION MACHINERY
A. The refrigeration equipment consists of multiple weatherproof air-cooled condensing units
serving the chiller, freezer, blast freezers and preparation rooms.

© 01 International W.L.L Refrigeration Equipment


11405-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4.08 CONDENSING UNITS


A. Condensing units are to be weatherproofed Air-cooled type. Compressors rack shall be located
in plant room adjacent main kitchen in basement as per design drawings
4.09 EVAPORATORS
A. Supply and installation of ceiling mounted forced air and medium velocity dual discharge type
coolers constructed of copper coils and aluminum fins with white outer casings. Size and
selection of evaporators as per design drawings
4.10 ADDITIONAL IMPOSED LOADS
A. Machinery and personnel loads should be taken as per room data sheets.
4.11 ELECTRICAL
A. Provisional mains electric supplies to room and condensing unit control panels are as indicated
in the schedule
4.12 REFRIGERATION SERVICE ROUTING
A. The Contractor is to design the cable tray routes for refrigeration lines and conduit. Generally,
the refrigeration pipe work shall be generally routed at high level above the suspended ceilings
to the newly formed rooms. Cable trays and pipes shall run horizontally above the insulated
ceiling where fitted.
B. All proposed refrigeration services routes shall be fully co-ordinated installation and working
for the refrigeration installation which related specifically to the works detailed in this
document and to suit the master production information schedule included with the Tender
document.
4.13 EQUIPMENT PROTECTION
A. The Tenderer shall include for the full protection of equipment during delivery, storage and
both during and after installation. Aside from the plastic film protection provided to stainless
steel sheet, additional protection is to be provided in the form of plywood, MDF or Corex.
Polythene shrink-wrapping and cardboard packaging alone is not acceptable. The protection
shall be carried out to the satisfaction of the Contract Administrator.
B. Any damage caused by the lack of appropriate protection being applied shall be the
responsibility of the Specialist Refrigeration Equipment Contractor and shall be made good, to
the satisfaction of the Contract Administrator, at the Specialist Refrigeration Equipment
Contractor's expense.
4.14 CLEANING OF MATERIALS AND THE WORKS
A. The Food Service Equipment Contractor shall clean each item of the Refrigeration equipment
Contract works immediately prior to practical completion and project handover. This clean
shall ensure that equipment is clean and free from plastic coatings, dust, dirt, moisture or other
foreign matter. Suitably trained and qualified personnel shall carry out the clean.
B. Any damage caused by the foregoing conditions not having been achieved shall be the
responsibility of the Specialist refrigeration equipment Contractor and shall be made good, to
the satisfaction of the Architect/Client’s Representative, at Food Service Equipment
Contractor's expense.
4.15 OPERATION AND MAINTENANCE MANUALS AND 'AS BUILT' DRAWINGS
A. Three (3) sets of the Manufacturer's Operating and Maintenance Guides together with As Built
Drawings' shall be handed to the Client at the time of handover or within a period not
exceeding four weeks after the successful handing-over of the project.
B. A draft of the manual shall be submitted for authorization 6 weeks prior to handover. Data and
drawings are to be provided both as hard copies and also electronically on CD discs.
C. The Manufacturer’s Operation and Maintenance Guides and the 'As fitted' drawings shall be
suitably bound in a hard-backed ring binder, having an index for ease of reference. Data and
drawings are also to be provided electronically on CD discs.

© 01 International W.L.L Refrigeration Equipment


11405-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. The Operation and Maintenance Manual shall have the following sections:
1. Operating guides, sub-divided into areas with a key and location drawing.
2. List of precautionary safety measures, encompassing responsibilities within CDM
regulations.
3. Glossary of names and addresses of suppliers.
4. Detailed maintenance information, including wiring diagrams.
5. List of recommended spare parts.
6. Certification of completion of commissioning.
E. Keys: At handover keys shall be handed to the Client. They shall be keys tagged with an
equipment reference for ease of identification.
4.16 COMMISSIONING
A. In respect to all major items of equipment, commissioning shall be carried out by engineers
employed by the equipment manufacturer or trained by the manufacturer for such
commissioning activities. In respect to the later, certification of training shall be provided. This
requirement applies without exception to all ventilation canopies, ware washing equipment,
cooking equipment and refrigeration equipment.
B. Once the equipment under this contract has been erected, positioned and connected to services,
it is this Refrigeration equipment Sub Contractor's responsibility to fully test and commission
both the equipment and services connections. Where it is felt to be beneficial, because of
specialist knowledge, the Sub Contractor shall seek the assistance of the Manufacturer's
Representative/Service Agent.
C. The object of this testing is for the Sub Contractor to confirm to the Main Contractor/Client’s
Representative that the equipment is:
1. Free from all manufacturing defects, including leaks, blockages, component failures,
etc.
2. Connected to all necessary services, and that these services are adequate to provide
the equipment with the required power, water, waste and ventilation under full
capacity working conditions.
3. Completely safe to operate.
4. Functioning to the manufacturers, and/or specification, performance criteria.
5. Will pass any subsequent testing from outside agencies, e.g., Insurance, Public Health,
Water Authority, etc.
D. Before testing/commissioning commences, the following shall be confirmed in writing:
1. All services are available with any pressure tests, chlorination periods and the like
complete.
2. Seven days notification, to the Main Contractor/Client’s Representative, that
commissioning will commence.
3. Operation of the equipment for the purposes of testing will not affect the
commencement of the extended warranty period.
4. No engineers will operate or adjust the equipment unless they are fully conversant
with the item, have studied the manual, and are not infringing any Health and Safety
at Work Regulations.
E. The Sub Contractor must allow all equipment to operate until fully warmed up/bedded in, and
should endeavor to operate all items at full capacity, simultaneously. It should be recognized
that this procedure takes time, and this should be allowed for in any works programme.

© 01 International W.L.L Refrigeration Equipment


11405-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Once the equipment is fully warmed up, all final balancing, adjustments, valve settings, etc.,
shall be made and Test Certificates shall be completed. The Main Contractor/Client’s
Representative should then be notified, in writing, that all equipment is fully tested.
G. Any specially fabricated equipment shall be tested before it leaves the manufacturer's works,
but should also be re-tested on site.
H. Continuity of programme for testing should not be assumed.
I. Immediately before the expiry date of the Defects Liability Period, the Sub Contractor shall re-
visit site to demonstrate that the installation is still functioning efficiently.
J. Under no circumstances shall the installation be used for any purpose other than those listed
above, and under no circumstances should any other contractor or kitchen operative be allowed
to tamper with the equipment.
K. The Main Contractor/Client’s Representative shall witness all testing and commissioning and
shall have access at all reasonable times to such parts of the Sub Contractor's works and of any
sub-contractors' and suppliers' works as may be necessary for the purpose of inspecting,
examining and testing the materials, workmanship and performance of the plant.
L. The Sub Contractor shall give the Main Contractor/Client’s Representative seven days' written
notice of the intention to carry out any test, and shall have carried out all necessary adjustments
prior to commencing such test.
M. In the event of the Works being incomplete and causing a postponement of the notified test
date, of the installation failing to pass the test or commissioning, the Main Contractor/Client’s
Representative shall be at liberty to deduct from the Sub Contractor's account reasonable costs
and expenses incurred by the Main Contractor/Client’s Representative in having his
representative attending the repetitions of the test.
4.17 HYGIENIC DEEP CLEAN
A. Immediately prior to handover the Food Service equipment Contractor is to undertake a
hygienic deep clean of all catering areas included in this contract.
B. Surfaces and structures are to be cleaned using effective degreasing and sterilizing products
that have been analyzed to BS3286 standards to remove dust, dirt and grease from work
surfaces, walls, floors, ceilings and less accessible areas such as pipes.
4.18 PROJECT CLOSE-OUT
A. The Food Service equipment Contractor shall make allowance as necessary to fill out and carry
tests as required to comply with the Main Contractor’s specific commissioning requirements
and forms.
4.19 STAFF TRAINING
A. Prior to commencement of operation of each area, and on completion of commissioning, the
Food Service equipment Contractor shall organize a minimum of two training sessions for
catering staff over two separate days, at a mutually convenient time.
B. The Food Service Contractor shall also have a supervisor conversant with the works in
attendance at all times during the staff training period. The Contractor shall co-ordinate the
scheduling of staff training via the Contract Administrator. The operating and maintenance
manuals are to be supplied during the training sessions and used as the base material for
training. The Food Service equipment Contractor shall satisfy him self that the Client’s staff
are capable of taking over the installation.
C. Training shall be recorded for the future use of the Client.
4.20 OPENING OF FACILITIES
A. The Specialist refrigeration equipment Contractor shall allow for the attendance of a fully
qualified engineer conversant with the installation over 3 days after the opening of the kitchen.

© 01 International W.L.L Refrigeration Equipment


11405-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4.21 EQUIPMENT WARRANTY


A. As minimum 2-years parts and labor warranty shall be provided for all items of equipment.
B. This duration and coverage of equipment warranty shall be the manufacturer standard warranty
on the condition that it, as a minimum, meets or exceeds the requirements specified in the
contract document, failing that, the warranty shall be in accordance with the conditions
stipulated in contract document.
4.22 SPARE PARTS
A. The Food Service equipment Contractor shall advise a separate price for the supply of a
complete compliment of those spare parts as recommended by each manufacturer for the entire
installation to permit the continued use of each appliance.
B. The spare parts shall be held on site for draw-down as necessary by the Specialist refrigeration
equipment Contractor during the first and second year warranty period and thereafter for draw
down by nominated service engineers. The spare parts shall all be fully catalogued, indexed
and sorted according to the equipment supplier and equipment type.
C. Any spare parts used that are covered by the manufacturer’s warranty shall be replaced by the
Refrigeration Equipment Contractor.
4.23 MAINTENANCE
A. The Food Service Equipment Contractor shall provide a separate price to directly provide
comprehensive after sales support for the equipment supplied within this contract covering
routine maintenance repairs and further operator training for a period of 2-years after handover.
B. This is to include a comprehensive preventative maintenance programme to ensure the safe and
efficient operation of the refrigeration equipment and reduce the risk of unexpected breakdown
of key appliances. Servicing is to occur during 'off peak' periods, overnight or at weekends to
suit the kitchen schedule. Service and repairs is to always be carried out by factory trained and
equipped engineers.
C. There are to be a minimum of two planned inspection visits per year and the maintenance
provision is to also include the cost of all labor and travelling for emergency visits which may
be needed outside planned visits. Equipment is to be covered against all mechanical and
electrical failures, inclusive of all labour and any parts used for two years after handover.
D. Each machine is to have its own unique checklist which is to include:
1. Calibration of moving parts
2. Calibration of thermostats
3. Lubrication where necessary
4. De-scaling of beverage equipment
5. Electric safety checks

PART 5 - RELATED WORKS BY OTHERS


5.01 RELATED WORKS BY OTHERS
A. This section comprises the works that will be complete or be in the process of completion by
other Trades at the time of installation by the Food Service Equipment Package Contractor.
B. The Main Contractor or his Package Contractors will be responsible for:
C. The building and building finishes, including walls, floors, ceilings and paintwork.
D. The provision of the first and second fix electrical installation up to and including suitable
agreed connection points.
E. The provision of all mechanical services, including but not limited to, water and waste
services, ventilation ductwork and plant, and waste pipe work up to and including suitable
terminations in agreed positions, approximately Two meters from the point of connection.

© 01 International W.L.L Refrigeration Equipment


11405-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. All terminations for services will be not greater than Two meters from the final connection
point on the sited equipment.
G. All services except where specified to the contrary or where agreed by the Contract
Administrator, shall be concealed, thereby providing a completely flush installation. Exposed
water and waste pipe runs shall be eliminated or minimized wherever practical.
H. All exposed pipe work shall be self-finished in Polybutylene or High Density Polyethylene
(HDPE), Chromed Copper or stainless steel according to the specific area of installation.

PART 6 - MECHANICAL SERVICES AND PLUMBING INSTALLATION


6.01 GENERAL
A. The services have in general been designed to meet the Local Authority Statutory By-Laws and
all current regulation. However, before the works proceed working drawings shall be submitted
for comment and should any such Authority require changes the Project Manager shall be kept
fully informed of such changes, whether financial or not.
B. All works shall comply with the Local Authority By-Laws and the Contractor shall give all
statutory notices legally required in the matter of the works.
C. The refrigeration equipment plumbing installation shall be carried out by operatives who are
listed as registered plumbers by the Institute of Plumbing. All pipe work and fittings are to be
water research council approved.
D. Condensate from evaporators is to run to drains and or tundishes provided by others. The
Refrigeration Equipment Package Contractor shall indicate on his drawings the proposed
routings for confirmation by the Contract Administrator.
E. This mechanical services specification describes the standard of materials to be used in
conjunction with each of the other sections of the specification.
F. The Food Service Equipment Package Contractor shall provide and install everything
necessary to complete the final connections to all equipment, from terminated services
provided by others, terminated within 2000mm of each item or range of equipment.
G. Should any portion of the works relating to this package, which would reasonably and obvi-
ously be inferred as necessary, but not be expressly shown or specified, the Specialist
Refrigeration Equipment Package Contractor shall provide and execute such works as an
essential part of the contract.
H. The whole installation must comply in every respect with relevant British Standards and
Chartered Institution of Building Services Engineers (CIBSE) codes together with the
regulations and recommendations of all Statutory Bodies, Supply Authorities and the Fire
Officer. If there are any discrepancies between the specification and Statutory or Supply
Authority requirements, the Statutory or Supply Authority shall override. The Contract
Administrator shall be informed at the earliest time of any such discrepancy.
6.02 INSTALLATION OF PIPE SERVICES GENERALLY
A. The works within this Sub Contract shall comprise the routing of pipe work from terminated
supplies to plumbed items of equipment and connecting to services voids/high level
terminations and to waste services to within 2 meters including traps, roding eyes, etc. as
necessary.
B. All visible water services pipe work shall be finished in stainless steel. All waste services pipe
work shall be include traps and roding eyes as necessary. Waste traps to be deep seal type.
C. The Food Service Equipment Package Contractor shall install services as indicated on the
drawings and as required to suit the equipment. Where appropriate, final connection pipe work
shall be supported using proprietary hangers and brackets. Connections between equipment
and supply pipe work shall be made as unobtrusive as possible and shall be located to permit
the hygienic maintenance of the catering areas.
D. Pipes shall be fixed so that they do not to rest on the floor or present a hazard by intruding into
walkways etc. Water pipe services shall comply with the requirements of the local water
supply Company and current Regulations, particularly with respect to the provision of ‘Type
A’ air gaps to prevent back flow.

© 01 International W.L.L Refrigeration Equipment


11405-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6.03 PLUMBING MATERIALS


A. Drainage Condensate Pipe work from Low velocity coolers: All visible condensate drain pipe
work from centrally located low velocity coolers in working areas (rooms designated to
operate at +10°C) shall be routed in chrome plated steel, complying with BSEN 12540 and
being suitable for food.
B. Visible Condensate Drain Pipe work from Evaporators to Storage Rooms: All visible
condensate drain pipe work from evaporators to storage rooms, which are generally located
adjacent to or close to periphery walls, shall be routed in 32mm diameter food safe UPVC to
BS4515. Manufactured by Terrain Ltd or similar approved, Colour: white. Drain line
connections to evaporators shall be complete with 'quick release' fittings.
C. Drain Lines in Sub Zero Room: All drain lines in sub zero rooms are to have internal trace
heaters where necessary, protected to a 30 milliamp RCD, and lines identified appropriately.
Contractor to submit manufacturer's details for authorization prior to installation.
D. Connections to Other Materials: Connections between chrome plated steel or UPVC and pipe
work of different materiel shall be carried out using the relevant pipe work manufacturer’s
standard transition fittings, samples of which shall be submitted for review. References shall
also be made to Tables 11 and 12 of BS5572.
E. Water Services: Fittings up to and including 67mm diameter shall be capillary type, with
integral soft solder. Fittings 76mm diameter and above shall be wedge ring type.
F. Visible Water Services: Where practical, all visible water services shall be connected to the
appliance from adjacent terminated supplies using flexible couplings that have a stainless steel
braid finish with PVC coating. The couplings shall be installed complete with quick-disconnect
valves to allow easy disconnection of the water supply and prevent residual water escaping
from the equipment. Where the use of fixed piping is necessary, the pipes shall be finished in
stainless steel. The pipes are to be smooth and free from longitudinal grooving or other surface
defects. They are to be covered under a 25-year guarantee given by the manufacturer and to
bear a kite mark.
G. Concealed Water Services: Where the use of fixed piping is necessary, all concealed water
services shall be routed in copper. To be smooth and free from longitudinal grooving or other
surface defects. Tubes are to be covered under a 25-year guarantee given by the manufacturer
and to bear the kite mark of the BSI
6.04 PIPEWORK INSTALLATION
A. All pipe work for final connections to equipment and contained within this Sub-Contract is to
be arranged in a neat and professional manner, with pipes correctly space from each other and
the building surfaces. No joints in pipe work shall be in any inaccessible position.
B. Where pipes are cut to length the ends shall be square and well reamed to remove burrs before
fixing. Any pulled bends shall be made with the assistance of a bending machine with
appropriate formers and guides. Where pipes reduce in diameter, eccentric, reducing sockets
shall be used, due allowance being made for air venting and drainage of the installation.
C. Any length of pipe work or fitting considered excessively tool marked by the Contract
Administrator shall be replaced by the Food Service Equipment Package Contractor to a
satisfactory standard without cost to the contract.
D. Special care is to be taken to ensure protection of the pipe work during delivery, storage and
installation. Open ended pipes shall be protected from damage and the ingress of foreign
matter by the provision of plastic caps/plugs or blank flanges as appropriate. Plugs of wood,
paper etc shall not be used.
E. Where pipe work is to be insulated it shall be fitted in such a manner as to allow each pipe to
be insulated for its full circumference and to allow the prescribed clearances, after insulation,
between the insulation and walls, floor, ceilings and other pipes. The insulation material shall
provide a washable finish.
F. All pipe work, irrespective of whether it is insulated or not, shall be provided with color coded
identification bands labels in accordance with the requirements of BS1710.

© 01 International W.L.L Refrigeration Equipment


11405-17
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6.05 PIPE SUPPORTS


A. Supports for drainage pipe work shall be provided at not less than the following intervals.

Pipe Materials Pipe Size Maximum Support for Maximum Support for
(mm) Distance Horizontal Distance Vertical Pipes (m)
Pipes(m)

Chrome Plated Steel All Sizes 1.2 1.5

UPVC All Sizes 0.6 1.2

B. Pipe work shall be securely fixed at the maximum distance described above. Extra support
shall be given at ends and junctions. Vertical pipe work shall be fixed straight and plumb.
Discharge pipes shall be laid to falls as recommended in BS5572. Overflow pipes shall be laid
with a slight fall in order to facilitate self-drainage towards the discharge point. Access fittings
shall be provided so that all lengths of discharge piped are roddable.
C. Pipe supports are to be of proprietary type in chrome plated steel or nylon, to suit the pipe
material and support the pipe work without sags a minimum of 25mm off the adjacent surface
for cleaning purposes. Pipe supports, hangers and brackets etc are to be to BS3794.
6.06 PERFORMANCE CRITERIA: DRAINAGE INSTALLATION
A. Pipe work, fittings and accessories shall be installed to ensure that:
1. Condensate drains quickly, quietly and completely at all times without nuisance or
risk to health, trapped to ensured ambient air is not drawn into the cold room space.
2. Discharge is conveyed without cross flow, back fall, leakage or blockage.
3. Air from drainage system does not enter the building.
4. Pressure fluctuations in pipe work do not vary by more than + or -38mm water gauge
and traps retain water seal of not less than 25mm.
5. The system can be adequately tested, cleaned and maintained.
6. All traps to wastes above finished floor level shall have deep seals and comply with
BS3943.
6.07 TESTING AND COMMISSIONING
A. The Contract Administrator shall witness all testing and commissioning and shall have access
at all reasonable times to such parts of the Specialist Refrigeration Equipment Package
Contract works and of his suppliers’ works. All as may be necessary for the purpose of
inspecting, examining and testing the materials, workmanship and performance of the plant.
B. Testing and commissioning shall include but not be limited to the witnessed operation of each
piece of equipment, running through the full range of features exhibited by each item.
C. The Specialist Refrigeration Equipment Package Contractor shall give the Contract
Administrator seven days written notice of his intention to carry out any test and shall have
carried out all necessary adjustments prior to commencing such test.
D. The Specialist Refrigeration Equipment Package Contractor shall allow for testing and
commissioning the installation in sections as required in order conforming to the Contract
Administrator programme. This shall include for and co-ordinate the testing and
commissioning of specialist systems as called for under the specification.
6.08 MANUFACTURER'S TEST CERTIFICATES
A. Where systems are commissioned by the manufacturer of specific equipment items, the Food
Service Equipment Package Contractor shall obtain certified Test Certificates covering the part
of the works.
B. The Certificates shall be incorporated within the operation and maintenance manual.

© 01 International W.L.L Refrigeration Equipment


11405-18
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 7 - ELECTRICAL SERVICES


7.01 GENERAL
A. This section of the specification describes the standard of materials to be used and the method
of installation. It shall be read in conjunction with each of the other sections of this
specification and in conjunction with other building electrical specifications and services
drawings.
B. The Specialist Refrigeration Equipment Package Contractor shall provide and install
everything necessary to complete the final connections to all equipment, from terminated
services provided by others, to within 2000mm of each item or range of equipment, complying
with the IEE regulations latest edition and in accordance to the latest addition of Oman
Municipality regulations.
C. Should any portion of the works, which would reasonably and obviously be inferred as
necessary, but not be expressly shown or specified, then the Specialist Refrigeration
Equipment Package Contractor shall provide and execute such works as an essential part of the
contract.
D. The final connections, where applicable, must comply in every respect with current
Regulations and recommendations of the statutory bodies and supply authorities.
E. The Specialist Refrigeration Equipment Package Contractor hall liaise and co-ordinate with the
Electrical Services Contractor to ensure that:
1. The position of service outlets are correctly co-ordinated with equipment items.
2. The terminations to all services provided by others are correctly specified to enable
the final connections to be made.
3. The voltage and capacities of services provided are correct for each item of
equipment. Any variations between the allowances shown on design intent drawings
and provisions required by the Specialist refrigeration equipment Package Contractor
shall be identified, and documented, with supporting information.
4. All safety interlocks and devices are properly installed and operate correctly.
7.02 LABELING
A. All switchgear, control panels, distribution boards and isolating switches mounted within
equipment shall be identified as to their functions and operating voltage.
B. Information labels shall have black letters on a white background. The lettering shall be 5mm
high for distribution boards, local isolators and individual components of switch panels.
Warning labels shall be red with white filled lettering. All labels shall be securely fixed to the
equipment.
C. Distribution boards shall be fitted with circuit lists, detailing each circuit number, MCB rating,
equipment and/or service controlled and circuit wiring cross sectional area. Unused circuit
ways shall be indicated as "Spare Way". Circuit diagrams etc. shall be detailed within the
operation and Maintenance Manuals.
7.03 CABLES - GENERAL
A. All cables used to complete final connections shall be manufactured to the relevant European
and Omani Standards and shall, unless specified to the contrary, have copper conductors.
7.04 EARTHING AND BONDING
A. The Food Service Equipment Package Contractor shall incorporate all measures for earth
continuity and provide all necessary bonding lugs and tags associated with the electrical
installation that forms part of these works.
B. All to meet the standards of the local supply authorities and to comply with the requirements of
the IEE Wiring Regulations current Edition and to satisfy all current Regulations.
C. Connection to bonding tags will be by others unless otherwise detailed.

© 01 International W.L.L Refrigeration Equipment


11405-19
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7.05 TESTING AND COMMISSIONING


A. The Contract Administrator shall witness all testing and commissioning and shall have access
at all reasonable times to such parts of the Food Service Equipment Package Contractor’s
works and of his suppliers’ works. All as may be necessary for the purpose of inspecting,
examining and testing the materials, workmanship and performance of the plant.
B. Testing and commissioning shall include, but not be limited to, the witnessed operation of each
piece of equipment, running through the full range of features exhibited by each item. The
Food Service Equipment Package Contractor shall give the Contract Administrator seven days
written notice of his intention to carry out any test and shall have carried out all necessary
adjustments prior to commencing such test.
C. The Food Service Equipment Package Contractor shall allow for testing and commissioning
the installation in sections as may be required in order to conform to the Contract
Administrator's programme.
D. The Food Service Equipment Package Contractor shall include for, and co-ordinate the testing
and commissioning of, specialist systems as called for within the specification.
7.06 MANUFACTURER’S TEST CERTIFICATES
A. Where systems are commissioned by the manufacturers of the equipment, the Food Service
Equipment Package Contractor shall obtain certified Test Certificates covering the relevant
part of the works.
B. The Certificates shall be incorporated within the maintenance manual.

PART 8 - REFRIGERATION INSTALLATION REQUIREMENTS


8.01 GENERAL
A. Food Service Contractor shall supply and install complete all refrigeration pipe work and
associated cable trays together with all associated wiring and controls to equipment, as
determined by him.
B. All to be to the required capacity and performance to maintain rooms and equipment at the
temperatures designated in the performance Specifications and itemized equipment schedule.
The equipment supplied and installation shall conform in all respects to BS5750 (ISO 9002).
8.02 COMPLIANCE WITH REGULATIONS
A. The complete installation, including all items of supply, must fully comply with all appropriate
British Standards and relevant Codes of Practice, which apply to installations of this type.
Particular attention is drawn to the following:
1. Safety Code for Refrigeration Systems Utilising Chlorofluorocarbons, Part 1, Design
and C Construction, published by the Institute of Refrigeration.
2. 16th Edition IEE Regulations
3. Electrical Safety at Work Act.
4. Health and Safety at Work Act.
5. COSSH Act.
B. All refrigeration engineers employed on this Contract shall not handle any CFCs unless they
are certified as having attended and passed a JIB recognized CFC handling course.
8.03 RELEVANT STANDARDS
A. All work shall be carried out in accordance with the published Safety Code for Refrigeration
Systems Utilizing Chlorofluorocarbons.

© 01 International W.L.L Refrigeration Equipment


11405-20
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. The work must also be carried out in accordance with the following British Standards:
1. Vessel and Heat Exchangers
a. BS3274 Tubular heat exchangers for general purposes.
b. BS5500 Specification for unfired fusion welded pressure vessels.
2. Piping
a. BS2871 Pt 2 Copper and copper alloys. Tubes for general purposes.
b. ANSI B 31.5 Refrigeration piping (Section 5 Code for pressure piping).
3. Safety
a. BS4434 Requirements for refrigeration safety: Part 1 – General.
b. BS5304 Code of practice for safeguarding of machinery.
c. BS5643 Glossary of refrigeration, heating, ventilating and
d. air conditioning terms.
8.04 REFRIGERANT LINES AND ELECTRICAL CABLES
A. All pipe work and cable connections fixed between the cold room cooling systems, the remote
compressors, the remote condensers (where applicable) and monitoring/control systems are to
be routed in galvanized cable trays. All cables and pipe work are to be installed in suitably
sized trays in a neat and orderly manner, to agreed routs. The cable trays and refrigerant line
routing is to be co-ordinated by the Contractor with all other cables and pipe work supplied by
other specialist Contractors and also to be co-ordinated with roof truss locations.
B. Refrigerant lines are to include pumps and oil traps as necessary and are to be installed with
the minimum possible joints consistent with available pipe lengths. Oil traps should be
installed every 6-7 meters.
8.05 CABLE TRAYS
A. Refrigerant lines between compressors and evaporators shall be routed in cable trays sized,
supplied and fixed complete by the Refrigeration Contractor.
B. The cable trays shall be heavy duty, galvanized finish with return flange. They shall be
securely fixed to the building structure both vertically and horizontally with due allowance for
building movement and all in accordance with the requirements of the Project Manager. There
shall be sufficient supports to ensure that there is no undue stress on the cable tray, particularly
at joints and corners. The tray supports shall be proprietary Unistrut system or similar, fixing
details to be agreed prior to installation.
C. The refrigerant lines are to be laid in the cable trays such that no electrolytic action can occur
between the copper tubing and the tray; the liquid suction lines shall be prevented from
potential contact with the cable tray.
D. Any mechanical cuts shall be treated with Galvafroid paint to prevent rust occurring.
E. The Refrigeration Contractor shall provide details of his proposed method of securing trays
with his returned Tender.
F. Where pipe work is not laid in a tray it shall be secured to the building structure using
hydrosorb fittings.
8.06 INSTALLATION PARTS
A. All refrigeration pipe work is to be the relevant British Standard for refrigeration quality; sizes
1.4 and 3/8 OD to be soft drawn and not less than 22 gauge, size 3/4 OD and above to be hard
drawn and not less than 18 gauge.
B. All main pipe work is to be complete with brazed connections. Whilst brazing is in progress
dry nitrogen shall be introduced through the pipe work to eliminate oxidation.
C. Provision is to be made for liquid line solenoid valves appropriate to each system.

© 01 International W.L.L Refrigeration Equipment


11405-21
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. All suction lines are to be insulated with not less than 19mm thick Armaflex insulation, Class
0. Where exposed to direct sunlight an additional cladding of reflective foil is to be supplied.
Suction lines are to incorporate strainers on all vertical routes, located at every 3 meters.
8.07 REFRIGERATION SYSTEMS
A. The refrigeration systems for the high and low temperature cold rooms shall be supplied and
installed by the Food Service Contractor based on the refrigerant CFC R404A fro freezers and
R 407C for chillers. the Employer may wish to incorporate technical developments available at
the time of order.
B. The following internal temperatures are to be achieved as indicated in the item Specification:
1. Cold Room: Chill Store/WIP Rooms 0/+2°C
2. Cold Room: Meat -2/+2°C
3. Cold Room: Vegetable +2/+4°C
4. Cold Room: Deep Freeze -18/-20°C
5. Blast Freezer: Operating temperature to meet with design criteria
6. Blast Chillers: Operating temperature to meet with design criteria.
C. The supply and installation of the system are to apply to current available technology in
compliance with the Montreal Protocol.
D. A full specification of the proposed equipment manufacturer's with relevant models references
and refrigerant proposed by the Contractor is to be submitted with the Tender.
8.08 REFRIGERANT AND OILS
A. An initial charge of refrigerant R404A & R407Cand suitable lubricating oils for each system
shall be provided during commissioning.

PART 9 - REFRIGERATION PLANT


9.01 GENERAL
A. All areas including the deep freezers, chillers and production rooms shall operate from Power
Back compressor/condensers positioned in the refrigeration plant area as per design drawings.
9.02 COMBINED COMPRESSOR/CONDENSER PACK SYSTEMS
A. All compressors are to operate using R404A gas for freezer Rooms and R407C for chiller
rooms and be suitable for operation from a 415 Volt 3-phase 50 cycle electrical supply.
Externally located compressors shall operate from an electrical supply via the main incoming
supply to refrigeration plant located in the plant room. The pack systems shall be sized to have
sufficient capacity to provide standby capacity in the event of one pack system failing as per
design drawing.
B. The compressor/condensers are to be mounted on a galvanized steel frame, provided by the
Contractor, which shall be designed to suite the compressor mountings. The Contractor shall
provide all support details for development of construction details.
C. Each compressor condenser pack is to:
D. To be mounted on suitable anti-vibration pads and to each be complete with a weatherproof
housing as follows:
E. To be suitably ventilated to allow free air movement in and out of the housing, in accordance
with the condenser unit Specification;
F. to be constructed in metal, suitably coated to avoid corrosion and incorporating hinged lid and
removable side panels to ensure complete access to the condensing unit;
G. To incorporate holes suitable for suction, liquid line and cable entry with the facility to enable
them to be sealed on completion of the installation;
H. To be fitted complete with a mains isolator switch (provided by the Food Sevice Contractor)
inside the housing to enable the unit to be switched off for maintenance.

© 01 International W.L.L Refrigeration Equipment


11405-22
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

I. Defrost: On all units defrost is to be controlled by a 24 hour clock time with ten (10)
programmable channels. Each channel is to have an isolated high current single pole change
over output to drive defrost solenoids, heaters, etc.
9.03 EVAPORATORS TO DEEP FREEZE ROOMS AND COLD ROOMS
A. All evaporators are to be ceiling mounted pod type, capable of being serviced from outside of
the room unless otherwise specified and enclosed by white PVC coated metal panels. They
shall be supported via the cold room ceiling structure.
B. The evaporators are to be fitted tight to the underside of the ceilings and are to have all
refrigeration pipe work and electrical cables contained within the evaporator casing. The
coolers are to have easily cleanable quick release drain pans. Drainage pipe work as previously
detailed
C. Evaporator models are to incorporate the facility for withdrawing heaters from behind where
appropriate.
D. Defrost: All evaporators shall be supplied with heavy duty electric defrost facilities having
stainless steel sheathed heater elements inserted directly into the fins.
E. The Tenderer is to advise proposed units with returned Tender documentation.

PART 10 - REFRIGERATION CONTROL AND MONITORING SYSTEMS


10.01 GENERAL
A. The control panels, temperature monitors and temperature monitor/alarm required on this
project shall comprise of three distinct categories, with all interlink wiring between monitored
and control points being supplied and installed by the Food Service Contractor.
10.02 CONTROL PANELS
A. Control Panel to Cold rooms: Each store shall be supplied with a specially manufactured
control panel, located adjacent to the room to which they relate. Each panel shall be enclosed
in a stainless steel finish housing and accommodating all control equipment necessary for the
operation of the room to which they pertain and to include the following:
1. Power on/off isolators;
2. Digital temperature displays for each room;
3. Compressor running lights (indicting which systems are running);
4. Automatic system change over with indicator lights;
5. Lights indicating refrigeration system failure.
B. The control panel alarms shall relay to the central temperature monitor and alarm system via
volt free contactors.
C. All alarms are to have both indicator lights and an audio system.
D. Each control panel shall be complete with a separate mains isolator switch. It shall be
impossible to gain entry into the control panel prior to turning the appropriate isolator to the off
position.
E. Each control panel shall be mounted in a neat and tidy fashion with all controls identified by
screwed on or engraved signs both internally and externally. All wiring is to be taken into the
panel through the top face.
F. Temperature Monitors and Trapped Personnel Alarms
1. Cold rooms and Deep Freeze Rooms:
a. Each store room shall be supplied and fitted complete with a temperature
thermostat interlinked to an externally mounted digital temperature display
panel also incorporating a trapped personnel alarm system and indicator light
for defrost cycles. Each location of the panels shall be agreed on site prior to
installation.

© 01 International W.L.L Refrigeration Equipment


11405-23
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Each monitor/ alarm panel shall incorporate an Eliwell digital temperature


display.
c. The trapped person alarm systems are to incorporate positive trip switches
located within the rooms with red indicator light. Activation of this switch
shall light an indicator light depicting 'person trapped' and audio siren within
the control panel outside. The alarm shall be capable of being cancelled
within the room to which it applies.
d. The panels are to incorporate indicator lights for defrost cycles.
e. The monitor and alarm functions are all to be housed in white PVC finish
enclosure, to match adjacent walls and complying with IP65. Each panel
shall be mounted in a neat and tidy fashion with all control/monitor points
identified by screwed on or engraved signs. All wiring is to be taken into the
panel through the top face. Panels are to be mounted at approximately
1700mm above finished floor level.
f. All wiring, temperature sensors and internal panic alarm buttons are to be
supplied and fitted by the Refrigeration Contractor
2. Environmentally Cooled Rooms
a. Each room shall be supplied and fitted complete with a temperature display
panel all as described above, but excluding defrost indication and trapped
person alarm.
10.03 PLANT AND TEMPERATURE MONITOR AND ALARM SYSTEM
A. The refrigeration installation complete shall be connected to a plant and temperature monitor
and alarm system, which shall be a Digitron System with components as described in the
itemized specification Part 2. This shall be a wireless temperature management and monitoring
system supplied with food simulation probes (transponders) fitted to all temperature controlled
rooms. To operate on a frequency of 868 MHz using directional, elliptically polarized
receiving antennas.
B. The Monitoring and Recording System is to incorporate
1. The facility to calculate simulated product temperatures through readings from air on
and air off evaporator coils.
2. A printer with the facility to produce temperature graphs, alarm and event lists both
on demand and at pre-determined time intervals.
3. A liquid crystal display touch screen allowing graphical temperature presentation.
4. The facility to monitor maximum and minimum temperature settings and alarm if
these are exceeded for longer than a specific time.
5. An alarm mode that shall give a visual and audio warning, and shall also activate a
dial-out signal. The system shall be designed to enable specific areas to be attributed
to the dial out facility according to the level of priority. The system should be able to
differentiate between these areas and others with a non critical status and not activate
the dial out for these areas even if the temperatures move outside of the parameters
specified.
a. A Ondyne Battery Back-up, to ensure that it is failsafe in the event of mains
failure.
6. The installation and all components are to be fully co-ordinated by Food Service
Equipment Package Contractor.

© 01 International W.L.L Refrigeration Equipment


11405-24
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 11 - SPECIALIST REFRIGERATION COLDROOM SUITES/ASSEMBLIES


11.01 GENERAL
A. The Food Service Equipment Package Contractor shall provide complete operating systems of
required capacity for all items requiring refrigeration.
B. Each system shall be completely self-contained and furnished with all refrigerant controls, etc.
The Food Service Equipment Package Contractor shall liaise with all other relevant
Contractors to ensure that the cold room suites are erected at a suitable time in the programme,
on a clean and dry site with minimal potential for damage to occur to cold room panels by
other trades.
11.02 DIMENSIONS
A. The cold room assemblies shall be constructed to the dimensions and cubic capacity stated in
the detailed specification and is set out as indicated on the layout drawing.
B. The panels are to be in 250mm modules with panel widths of 250mm, 500mm, 750mm and
1000mm. The panels shall be fully interlocking wall to wall, wall to floor, wall to ceiling.
11.03 FORM OF CONSTRUCTION
A. The cold room suite assembly shall be constructed from factory formed modular panels of
standard widths with pre-formed corners for fast and clean installation. These panels shall
form all ceilings, partition walls, external walls and the floor to both compartments. Each panel
shall have a male and female tongue and groove formed with the polyurethane foam and be
locked together with a cam lock type assembly, to achieve an airtight waterproof joint. All
joints are to be sealed with a silicon sealant. Cam lock access holes shall be filled with snap-in
filler caps. Thickness of panels is to be 90-100mm.
B. Reinforcement: Where the panels are used to insulate chilled preparation rooms they shall be
reinforced with plywood to provide fixings for wall table supports, over-shelves, insect
destroyers etc.
C. Infill Panels: Unless otherwise specified, the external height of all wall panels is to be 2400mm
(internally 2200mm), with infill panels as necessary extending beyond the suspended ceiling
height (3000mm) to the slab above forming an enclosed area.
D. Where specified cold rooms shall be complete with plywood backed infill panels, faced to
match the cold room finish, to all exposed faces from the top of the cold room ceiling to a
maximum height of 500mm above the cold room
E. The panels shall be secured and supported from the cold room ceiling by means of a suitable
aluminum, or similar, angle frame. All screws shall be concealed so that the infill matches the
cold room panel in appearance.
F. Cover Strips: Full height matching cover strips shall be provided to close off all vertical gaps.
G. Cavities: Cavities left between panels and structural walls that are sealed off by infill angles or
the cold room panels shall be filled to discourage insect infestation. The filling material shall
be fiberglass, Styrofoam or other approved "foamed in" inert material, to meet Local Codes
and Standards.
11.04 SETTING OUT
A. All works are to be carried out strictly in accordance with the practices and techniques set out
in the current edition of the manufacturer's technical information sheets.
11.05 INSULATION
A. Each panel shall be insulated with closed cell rigid, CFC free, low GWP (Global Warming
Potential) polyurethane foam injection. Panels shall have a thermal conductivity of 0.023 W/M
K. Foam density shall not be less than 40Kg per cubic meter and shall not be less than 90mm
thick with a thermal conductivity 'K' factor of 0.023w/mk.
B. The polyurethane shall be injected between the interior and exterior metal pans, to form strong
rigid panels without structural members. CFC based expanded foam insulating materials shall
not be used.

© 01 International W.L.L Refrigeration Equipment


11405-25
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. The foamed polyurethane insulation shall be fire retardant and meet the further requirements of
British Test Method BS4735 and American ASTM D 1692. The panel itself shall meet the
further requirements of BS476 part 7 Class 2.
11.06 DOORS
A. Doors shall be hinged or sliding as indicated on the layout drawing and shall be fitted with
vinyl balloon gaskets to the top and sides with a sweeper gasket to the base.
B. Doors shall be of the flush fitting type, 75-90mm thick and be finished to match the wall
panels. Door jambs shall be finished in the same material as adjacent panels and shall be fitted
with concealed heater wires as applicable.
C. Door snubbers shall be fitted to ensure positive closing against the high pressure within the
room.
D. Doors shall be lockable via heavy-duty type door furniture, with chromium plated finish.
Positive closing devices shall be included and the doors shall be fitted internally with a push-
rod pattern safety release mechanism, which opens the door even if locked on the outside.
E. The door mullions to the deep freeze and sub zero storage rooms shall be fitted with anti-
condensation and threshold heaters, wired for a 240 volt, 50 Hertz, single-phase electrical
supply.
11.07 FINISHES
Exterior and Interior Walls All external and internal visible panels are to be finished in 0.5mm 304
Grade stainless steel. Concealed panels are to be in 0.7mm White PVC
Coated galvanized steel.
Ceilings: Ceilings to be finished internally in white PVC coated 0.7mm
galvanized steel and externally in 0.7mm galvanized steel.
Infill Panels: In 0.5mm (304 Grade) stainless steel to match adjacent cold room
panels.
Floor: Where specified, the individual cold rooms (deep freeze rooms and
those operating below 0OC shall be fitted with an insulated floor that is
incorporated with the builders work slab. It is to be formed within a
200mm slab recess and be fitted complete with a heater mat and
100mm thick polyurethane slab insulation, laid as two overlapping
50mm thick layers. The insulation is to be left ready for finishing with
a 100mm thick reinforced concrete structural topping and finished with
floor tiling, provided by the Main Contractor. The wall panels to these
rooms are to be 2700mm high, being laid into the full depth of the floor
recess and being set within a U channel angle frame.
11.08 HEATER MAT
A. "Fleximat" heater mat is to be supplied and fitted within the deep freeze and sub-zero cold
room compartment floors, mounted between the insulation and the floor slab. To have
associated control panels mounted at high level adjacent to the main cold room control panel.
B. Any external visible wiring is to be sleeved in a stainless steel cover.
11.09 LIGHTING
A. Each room shall be supplied complete with ceiling mounted, low temperature, vapor proof
fluorescent tube light fittings, capable of maintaining a lighting level of 400 lux. Wiring to the
fittings shall be taken through the roof of the cold room and switched at the master control
panel.
B. The light switches shall be mounted externally adjacent to the doors and wiring between the
switches and the light fittings shall be concealed, routed within conduit allowed during the
forming of the cold room panels.
C. Emergency Lighting: Each room shall also be complete with a dedicated emergency lighting
supply.

© 01 International W.L.L Refrigeration Equipment


11405-26
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

11.10 WALL PROTECTION


A. All exposed external walls are to be fitted with continuous wall protection plates and end caps
where appropriate. Front external protection is to be at two levels. To be 150mm deep, in
Acrovyn or equal approved. Color to be from the manufacturer’s standard range.
B. Where internal walls are not concealed by fitted shelving systems they are to also be fitted with
continuous wall protection plates and end caps where appropriate. Front external protection is
to be at two levels. To be 150mm deep, in Acrovyn or equal approved. Colour to be from the
manufacturers standard range.
C. The wall protection plates are to be supplied complete with all necessary external corners and
end cap profiles, to provide continuous protection. They are to be fixed at 200mm and 800mm
centers above finished floor level, in strict accordance with the manufacturer's fitting
instructions.
11.11 LABELS
A. Each cold room is to be clearly labeled to indicate the internal operating temperature and the
type of produce for which the cold room has been designed. This is to be located in prominent
position, adjacent to, or on the door.
B. Suitable warning signs indicating the maximum permitted load to cold room ceilings and to
infill panels are to be supplied and fitted in permanent positions as applicable.
11.12 PERSONNEL ALARMS
A. Each room is to be complete with a 'personnel alarm' system which shall comprise of:
1. A positive trip switch, with red indicator light and "emergency" sign, mounted
internally adjacent to the door, at 1200mm above finished floor level. Activation of
this switch shall sound an alarm bell/buzzer and also light a sign depicting 'personnel
trapped' on the outside of the cold room suite.
2. A keyed reset button/switch shall be located within the main control panel and this
shall turn off the bell/buzzer and re-light the red emergency light in the compartment.
11.13 CONTROL PANELS
A. Each cold room is to be fitted with a master control panel, showing storage temperature and
trapped personnel alarms.
B. The incoming electrical supplies will be left as coiled cables at high level above each cold
room location. Any interlink wiring between the cold room and the respective compressor is to
be provided and installed by the Refrigeration equipment Contractor. The compressors are to
be equipped with in-built control panels or isolator switches to allow maintenance works to be
carried out on one system whilst others remain in effective operation.
C. The control panels are is to be mounted at approximately 2000mm above finished floor level
on the front face of the room, adjacent to the door into the room. They are to be purpose made
specifically to suit the requirements of this installation, enclosed within a stainless steel finish
housing.
D. The control panels are to accommodate all control equipment necessary for the operation of the
room, including but not limited to, the following:
1. Isolation switch;
2. power on indicator light;
3. indicator light for defrost cycle;
4. fan run indicator light;
5. unit run indicator light;
6. digital temperature display;
7. trapped personnel alarm;
8. lights indicating refrigeration system failure;
9. Audible and visual mains failure alarm;
10. Illuminated cold room light switch.
11. Mute button for audible alarm;

© 01 International W.L.L Refrigeration Equipment


11405-27
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. All alarms are to have both indicator lights and an audio system.
F. Both trapped personnel and high/low temperature alarm systems are to be key operated such
that they can only be cancelled through use of a key. Separate keys shall be provided to cancel
personnel and temperature alarms.
G. The control panels are to be mounted in a neat and tidy fashion with all controls clearly
identified by screwed on signs both internally and externally. All wiring is to be taken into the
panels through the top face.
H. No-volt contact switches for temperature alarms and system failure are to be included for
connection to the building BMS system (interconnect wiring by others). Food Service
Equipment Package Contractor shall install all wiring between the control panels and
monitored points.
11.14 TEMPERATURE INDICATORS
A. A digital temperature indicator is to be fitted in the master control panel.
11.15 HIGH TEMPERATURE ALARMS
A. Each cold room is to be fitted with an audible alarm, indicating when the internal temperature
of the room exceeds 5 C, above or below its normal operating temperature.
B. The alarm and reset button are to be located within the main control panel. The alarm system is
to be for mains supply, with a battery standby for use in the event of a mains supply failure.
11.16 INFILL PANELS
A. Vertical infill panels shall be provided and installed where applicable by the Food Service
equipment Contractor. These are to extend from finished floor level to beyond false ceiling
level (3000mm AFFL) and allow for a neat and tidy junction along the entire exposed sides of
the assembly.
B. Infill panels shall be solid pattern and match adjacent walls and the front exterior finish of the
assemblies. Any and all such joints shall be covered by a matching cover strip/molding, which
shall be concealed fixed.
11.17 EVAPORATOR UNITS
A. All units shall be of the forced air evaporator type, rather than static plate. They shall be ceiling
mounted ‘pod’ type, low profile type or low silhouette type according to the manufacturer
selected, and have a stainless steel casing or pos liner, to match the cold room panels. The
evaporators are to be capable of being serviced from inside the rooms.
B. Unit coolers in low temperature situations shall have automatic electric defrost system
providing application of heat and shall consist of the unit cooler, with electric defrost heaters,
suction-liquid heat interchange, drain line heater cable, timer and safety heat thermostat. The
defrost system shall be provided with temperature termination to prevent excessively long
defrost periods.
C. The evaporator coils shall be constructed of copper tubes and aluminum fins (6 per 250 mm)
with stainless steel sheathed electric heating elements (12 mm OD), enclosed within the
collared fin holes. The drain pans shall be heated by stainless steel sheathed elements held in
place by spring clips.
D. The casings shall be aluminum with a baked enamel finish and stainless steel hardware. Fan
motors shall be drip proof, continuous fan duty type operating at no more than 1500 RPM.
E. Installation of the electric defrost systems shall be in accordance with the manufacturer's
recommendations. The electric defrost system shall be Searle or Dunham-Bush ECLS type or
equal and approved.
F. Unit coolers in high temperature locations shall be designed for installation at the junction of
wall and ceiling. Unit shall be so constructed that air is drawn in through the finned surface and
is discharged above the coil parallel to the ceiling with the electric fan motor on the air intake
side of the coil. Finned coil shall be drip-proof, continuous fan duty type, operating at no more
than 1000 RPM.

© 01 International W.L.L Refrigeration Equipment


11405-28
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

G. Casing shall be aluminum with baked white enamel finish. The unit cooler hardware shall be
stainless steel. Casing shall include split drain pan to allow access without disconnecting drain
line. A suction liquid heat exchanger shall be mounted within the casing. Wherever possible,
for energy efficiency, defrost and evaporation of defrost water shall be by hot gas.
H. Evaporators models, size are shown in design drawings and details
11.18 DRAIN LINES
A. Defrost water from the evaporators of walk-in cold rooms/freezers shall pass from the
collection tray, which shall slope to a waste and then via a pipe to a floor drain sited outside the
room. Lines shall exit the room as soon as possible.
B. Condensate piping in areas operating below freezing point shall be provided with suitable drain
line heater tape.
C. Drain lines that are routed within the cold rooms shall be run in stainless steel and be fitted
with internal trace heaters where necessary. Drain lines that run externally to rooms shall also
be routed in stainless steel.
11.19 REFRIGERANT LINES AND ELECTRICAL CABLES
A. All cables and pipe work are to be installed in a neat and orderly manner to agreed routes, with
all lines identified by cold room/compartment designation. All refrigerant lines and wiring
shall be to the requirements of the general specification.
B. Refrigerant Lines: Refrigerant lines shall be manufactured from best quality copper insulated
with Class 'O' Armoflex, and shall be fully labeled in accordance with current Local Code
Standards or BS guidelines.
C. All pipe work shall be installed in accordance with BSEN 378. All refrigeration pipe work
shall be phosphorous de-oxididized non-arsenical copper, and shall be manufactured to BS
2871 Part 2: 1972, C106, CIN 8905, DIN 1754 and ASTM B280-86 with internal bore
cleanliness. Sizes up to 7/8” O/Dia. may be run in a soft drawn copper and anything above
will be half hard.
D. Copper pipe which may at any time be subject to high side pressure (in excess of 12 bar gauge)
will be selected for maximum wall thickness. Line sizes above 4 1/8” O/Dia. will not be used
in copper on the high side of the system.
E. Cleanliness and dryness is essential at all stages of installation and dry Nitrogen purging must
be used during brazing operations. Pipe work shall be kept sealed as much as is practical at all
times. Brazed joints to be inspected in accordance with BS: 1723 Part 1 as required by BSEN
378. All bends and fittings to be ‘refrigeration quality’ copper suitable for brazing or silver
solder jointing. Flare connections to be kept to a minimum and used only when plant operation
or maintenance dictates.
F. The number of joints are to be kept to a minimum by careful design and using the longest
possible pipe lengths. Pulled bends or swaging of pipes one into another should be limited to
pipe sizes up to and including 2 1/8W O/Dia. only; appropriate long radius elbows and other
such fittings shall be used otherwise. In exceptional circumstances joints may be made, but
these locations must be clearly indicated and they shall be executed with wrought type copper
fittings.
G. All joints, unless specified otherwise, will be made by brazing using high melting point non-
ferrous filler metal. Brazing, and this term shall include the process known as silver soldering,
shall be done using rods which shall be to BS: 1845 and Cadmium free.
H. BS: 1723 shall be the guide for brazing procedures and only operators conversant with this
standard should execute the works.
I. All copper pipe work shall be of the correct grade and thickness to withstand the design and
test pressures, in accordance with BSEN 378.
J. All pipe work diameters and wall thicknesses must be selected in accordance with the method
described in the “BRA Commercial Refrigeration Guidelines to BSEN 378”.

© 01 International W.L.L Refrigeration Equipment


11405-29
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

K. All pipe work shall be installed in a workmanlike manner and to good standards of
refrigeration practice (i.e. allowing constant fall to compressor packs and incorporating oil
traps etc as necessary) and shall be pressure tested fully prior to being put into commission.
Pressure test certificates relating to all new and re-used pipe work will be required to handover
by the refrigeration contractor. The Client/Client’s Representative reserves the right to inspect
and test a sample of brazed pipe work joints should it be deemed necessary.
L. All high level pipe work shall be supported either on cable tray or on suitably sized hangers at
not more than 2 meter centers on Insuload brackets and where pipe work passes through walls
or partitions it shall be sleeved.
M. All low level pipe work shall be supported at not more than 2 meter centers on Insuload.
N. The Specialist Installer shall include for all necessary valves, i.e., shut off, thermostatic,
solenoid, and shall pressure test all joints to 6.9 bar minimum. The lines shall then be cleaned
and dehydrated by maintaining a vacuum of 50 microns or lower for five hours. Thereafter, the
system shall be fully charged with suitable refrigerant and lubricating oil, tested and left in full
working order.
O. Refrigerant shall be R407C and R404A
11.20 REFRIGERANT AND OILS
A. An initial charge of refrigerant and suitable lubricating oil for each system shall be provided.
11.21 REFRIGERANT LINE INSULATION
A. All refrigerant lines running between evaporators and compressors, are to be insulated in
19mm thick Armaflex Class 0.
11.22 WIRING
A. The Food Service Equipment Contractor is to ensure that qualified electricians employed by
him or will make all internal connections and carry out testing and commissioning. Tenderers
shall be deemed to have made themselves aware of all relevant standards, prior to submitting
their tender.
B. The Food Service Equipment Contractor will be provided with mains coiled cable, which will
be located by others in agreed positions, and will carry out all wiring from these to cold room
units and to the remotely located cold room compressors.
11.23 CABLE TRAYS
A. The Refrigeration equipment Package Contractor shall be responsible for sizing, supplying and
installing cable trays. They shall be as supplied by the appropriate channel manufacturer and
shall comply with their current specifications. All threads shall be metric.
B. The route for all cable trays and wiring shall be fully co-ordinated with the Main Contractor.
11.24 REFRIGERATION PLANT CONDENSING UNITS
A. The refrigeration condensing units shall be air cooled pack systems and be remotely positioned
in plant room located in basement.
B. The Food Service Equipment Contractor shall be responsible for the correct sizing of the
refrigeration plant/systems. His calculations shall allow for the rooms to be well stocked with
a continuous turnover of product and assume that the doors will be continuously opened in the
environment of a busy kitchen. Copies of these calculations shall be submitted on request.
C. The units shall be mounted on suitable feet and anti-vibration pads. They shall each be
installed in such a manner that easy access is maintained for their routine servicing, cleaning,
general maintenance and repairs.
D. The Food Service Equipment Contractor shall include for making final refrigerant line
connections to the units complete with all cable trays, cable tray hangers and other fixings as
necessary. A suitable route for pipe work and control electrics is to be agreed and fully co-
ordinated with other Contractors prior to any work on the site.

© 01 International W.L.L Refrigeration Equipment


11405-30
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. All refrigeration equipment shall comply with the Montreal protocol. The plant shall all
include air cooled, low noise (low speed) type condensing units, compressors designed for
operation with refrigerant R407C and R404A. The Refrigeration equipment Contractor shall
select the refrigeration plant suitable for maintaining the specified internal temperature of the
rooms within a high external ambient of +50OC.
F. The plant shall be sized to suit the room sizes/storage conditions specified and to maintain the
following room temperatures:
1. Deep Freeze Rooms: -18/-21OC

2. Fruit/Vegetable Rooms: +2+4OC

3. General Purpose Rooms: +1/+4OC


4. Meat Room and Fish Rooms: -2/+2OC

G. The compressors shall all be supplied complete with factory mounted pre-wired panels, each
with a magnetic starter, three leg overhead protection, pull-out fused control circuit safety
switch, isolation switch, and a defrost clock.
H. The compressors shall also each include a factory mounted discharge line vibration eliminator
and a approved suction vibration eliminator. The steel base shall be firmly anchored to the
structure via anti-vibration pads. All necessary fittings shall be incorporated to complete the
work to a high quality specification including: liquid line with sight glass and dryer, expansion
valve, solenoid valve, high and low pressure controls, and an expansion valve. Low
temperature room plant shall be fitted with a crank case heater if necessary.
I. The compressors shall be Bitzer or Dunham-Bush or equal and approved, but all of one
manufacturer.
J. Cable Trunking and Cable Trays: All cable trunking and cable trays for refrigerant lines shall
be provided and fitted by the Refrigeration equipment Contractor.
K. Compressor Frame: It should be noted that if it is necessary for the compressors to be
accommodated in a stacked arrangement then the framing support is to be supplied within this
package. The units shall be mounted on suitable feet and anti-vibration pads and installed in a
stacked arrangement; frame supplied within this Contract. The condensing units shall each be
installed in such a manner that easy access is maintained for their routine servicing, cleaning,
general maintenance and repairs with access from the adjacent plant room platform.
L. The Food Service Equipment Contractor shall include for making final refrigerant line
connections to these condensing units complete with all cable trays, cable tray hangers and
other fixings as necessary. A suitable route for pipe work and control electrics is to be agreed
and fully co-ordinated with other services prior to any work on the Site.
M. Two Air condensers one for chiller rack and one for freezer rack and to be installed on roof of
the building
N. Warranty: 2 years parts and labor and 5 years for compressors
11.25 WALK-IN COLD & FREEZER ROOMS DETAIL
A. Refer to cold rooms drawings and compressors details

END OF SECTION

© 01 International W.L.L Refrigeration Equipment


11405-31
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11425
VENTILATION CANOPIES

PART 1 - GENERAL
1.01 INTRODUCTION
A. This specification must be read in conjunction with the, The specification for specialist
ventilation canopies and services distribution risers and their installation described in this
section applies only to this specialist package and should be read in conjunction with the
Contract conditions and Contract particulars prepared by the Contract Administrator. The
Bidder should note the sections which detail the Main Contractor's special attendance for this
sub-contract.
B. Should the Bidder find any discrepancy or divergence between the Contract conditions,
Contract particulars, specialist ventilation canopy and services distribution riser package
specification, he shall immediately notify the Contract Administrator. The Bidder is advised to
familiarise himself with the documents and the requirements set out therein.
C. The specification contained in this document relates to those specialist ventilation canopies and
services distribution risers required to be supplied new, all to suit the proposed catering
facilities that are proposed within the kitchen area of the proposed new ROP, Oman.
D. The fit-out encompasses the ventilation canopies and services distribution riser equipment and
services that are required in the following areas of the Main kitchen area:
Area Location Description
12.03 Hot Cooking Area Wall Mounted Self Cleaning Canopy
W/Make-Up Air, 6000X1735X500mm
12.16 Hot Cooking Area Island Self Cleaning Canopy W/Make-Up Air,
4400X2980X500mm
12.25 Ho Cooking Area Island Self Cleaning Canopy W/Make-Up Air,
4400X2980X500mm
14.30 Diet Kitchen Area Wall Mounted Self Cleaning Canopy
W/Make-Up Air, 4250X1500X500mm
16.09 Pot Wash Area Wall Mounted Vapor Hood, 2000X1700X
500mm
E. Reference should be made to the building drawings for the overall facility locations and to the
Consulting Engineer’s drawings, which detail the design of the service infra structure.
F. Consultant's Intention: The Food Service Design Consultant has produced a design for the
catering facilities and exhaust hoods (canopies) within this development. It is the successful
Specialist Ventilation Canopy Sub-Contractor's responsibility to understand the
aforementioned, be aware of any implications, co-ordinate and design this package and
conclude the project in a professional manner.
G. The Specialist Ventilation Canopy Sub- Contractor shall supply, deliver, off-load, carry onto
site to point of use, all materials and equipment, install, connect, progressively test and finally
test and commission all works indicated on the Tender Drawings as described in this
Specification.
H. Upon completion of the installation, all systems shall be proved and demonstrated with training
provided as required and the works left in proper working order in accordance with the
contract documentation and to the satisfaction of the Project Manager.
I. The Specialist Ventilation Canopy Sub- Contractor's responsibilities shall include, but not be
limited to:

© 01 International W.L.L Ventilation Canopies


11425-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1. Production of drawings, especially services layouts, which should check and verify all
information shown by the consultant.
2. Production and checking of fabrication drawings to ensure that they meet
specification and suit site conditions, to include electro-mechanical services runs and
other equipment.
3. Appointment of experienced Project Manager and installation team.
4. Proposal of solutions to problems where they arise.
1.02 INTERPRETATION WITHIN THIS SPECIFICATION
A. The headings of the section/clause in this specification shall not affect the interpretation
thereof. All sections of this specification shall be read in conjunction with each of the other
sections and with the Specialist Ventilation Canopy and Services Distribution Riser Tender
drawings, read together. All sizes specified within this document are metric and in millimeters
unless otherwise stated.
B. Where the work described in this document is undertaken by the Specialist Ventilation Canopy
Sub- Contractor as a Specialist Package Contract, the term 'Contractor' shall mean (Specialist
Ventilation Canopy Sub- Contractor) of The Food Service Contractor.
1.03 SCOPE OF WORKS OF SPECIALIST VENTILATION CANOPY SUB- CONTRACTOR
A. The work covered by this specification is for the installation of specialist ventilation canopies
to terminated services in predetermined positions within 2000mm of the final connection point
of positioned specialist ventilation canopies. It should be noted that allowance shall be made
for an additional 1000mm between the services termination points and the appliance
connection point than the usual industry norm, to allow flexibility in the installation.
B. It shall be incumbent on the Contractor to verify that the services requirements as shown on the
catering equipment services requirements drawings, and which are included with this package,
meet the contractor’s requirements. Variations should only be made if absolutely necessary.
C. Unless specifically stated otherwise, this specification is for:
1. Provision of layout, electro-mechanical and fabrication Drawings supervision;
2. Manufacture;
3. Works testing;
4. Supply and delivery to site;
5. Site movement;
6. Provision of all necessary labor and materials to form a complete installation of the
works.
7. Installation and/or erection;
8. Final connection;
9. Commissioning, including all tests required to achieve Project Close-out and as
required to comply with the Main Contractor’s specific commissioning requirements
and forms;
10. Making good any defects to installed equipment that occur during the defects liability
period;
11. Provision of operating and maintenance manuals;
12. Preparation of 'as installed' drawings;
13. Provision of a complete set of manufacturer’s recommended spare parts.
14. Provision of all maintenance during the warranty period.
D. All as described in this document, referred to hereafter as 'supply and install'.

© 01 International W.L.L Ventilation Canopies


11425-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.04 DESIGN RESOPONSIBILTY


A. General
1. The employer shall be relying upon the Food Service Equipment Contractor and The
Specialist Ventilation Sub-Contractor knowledge and expertise in respect of the
specialist ventilation canopies and systems.
2. Therefore, the Specialist Ventilation Canopy Sub- Contractor will be required to take
total responsibility for the design of the ventilation canopy systems (including any
builders work in connection), the selection and sizing of materials, plant and
fabrication elements and the associated installation.
3. All in accordance with the performance requirements stated in Parts 2.0 and 3.0.
B. Co-ordination
1. The Food Service Equipment Contractor shall liaise with all other Contractors and the
Project Manager to ensure co-ordination of the work in this contract with related
building elements and services, and provide information to all other Contractors as
necessary for others to progress their works and in order to meet the requirements of
the programme for the works.
C. Minimum Acceptable Design Standards
1. The Food Service Equipment Contractor’s design must satisfy all performance criteria
set out in the performance Specification for the Ventilation systems.
D. Design Information and Calculations
1. The Specialist Ventilation Canopy Sub- Contractor shall complete the design and
detailing of the ventilation system and provide associated production information
based on the specification. To include fabrication, manufacturing and installation
drawings, design calculations and specifications, etc as appropriate.
E. Scope of Works
1. The Specialist Ventilation Canopy Sub- Contract scope of works shall consist of
providing the detailed design, preparation of drawings, materials, supply,
manufacture, delivery to site, erection, fixing, jointing, services, equipment,
accessories, labor, supervision, management for the complete design preparation,
fabrication and installation of the refrigeration systems for this project.
2. The Ventilation Canopy and Services Distribution Riser systems shall include:
a. The ventilation canopies, including all specialist filters.
b. The water wash systems including associated controls that are to be built into
specialist cupboard housings.
c. All interlink control cabling between the canopies, the waster wash systems
and the fans.
d. The fire suppression systems.
e. Services ducts, risers and distribution systems to the rear of or central to
cooking islands.
F. General Standard of Materials
1. Where specified, materials are to be new and consistent with the character of this
project. The Food Service Equipment, as detailed within this specification, shall be of
a standard designed to be heavy-duty, suitable for use within a commercial catering
environment. Equipment shall be certified with a CE mark as required to confirm that
they comply with relevant European Directives.
2. The performance, as specified, shall be in line with the expected level of operation
within this building. It should be noted that the kitchen will be operational for a
minimum of 14 hours per day and usually for up to 16 hours per day. Equipment,
articles and fittings that come in contact with food will satisfy regulations relating to
‘Materials in Contact with Food”.

© 01 International W.L.L Ventilation Canopies


11425-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. The following features are considered by the Client to be of importance, and the Food
Service Equipment Contractor shall ensure that equipment supplied meets the highest
level of:
a. Quality of materials
b. Fuel efficiency
c. Ease of operation
d. Health & safety features
4. Materials are to be supplied in the following order of priority unless otherwise
specified:
a. Complying with British Standards;
b. Complying with DW/172
c. Complying in general with British Standards.
G. Branded Materials, Proprietary Articles and Systems
1. The Specification of branded materials and of proprietary articles and systems
supplied or supplied and fixed complete by particular firms is intended as a guide to
the type of article or quality of material. Provided that authorization is obtained from
the Project Manager, the Contractor may order from other sources which supply
articles or materials of equal quality. Full detail of alternatives and/or samples shall be
submitted when the substitution is requested. The decision as to the acceptability, or
otherwise, of alternatives will be made by the Project Manager. When returning the
Tender, the Contractor will be deemed to have priced the items specified and not any
proposed alternatives.
2. The Contractor shall obtain the manufacturer’s printed instructions relating to all
branded materials and proprietary systems employed in the works and shall take all
precautions to ensure that these recommendations are followed. Copies of such
instructions shall be kept on site during the installation of the works, for reference,
and produced when requested.
3. All manufacturers’ literature shall be compiled into a handbook by the Contractor and
handed to the Project Manager at the time of the handover of equipment and the
installation. This shall be in the form of an Operation and Maintenance Manual, as
detailed in Section 1-4.
H. Metric/Imperial Equivalents
1. The Project Manager’s prior authorization is to be obtained on the substitution of any
equivalent metric/imperial sized materials or components.
1.05 STANDARD OF WORK
A. Standard Generally
1. The standard of work shall comply with applicable requirements of all laws, codes
and regulation of the governing authorities and bodies having jurisdiction, including
the requirements of DW/172. The Contractor shall obtain necessary approvals from
such authorities and make due allowance in the Tender for compliance with their
requirements.
2. Where specific standards are referred to in this Specification, other authoritative
standards that ensure an equal or higher quality than the standards mentioned will also
be acceptable. It will be incumbent on the Contractor to verify the equal or higher
quality, and to submit comparative standards (both specific and proposed), for review.
3. Works shall be to an acceptable standard throughout, commensurate with the nature of
the works, particularly with regard to the accuracy of dimensions, lines, plans, levels
and the quality of surface textures. The Contractor shall do all that is necessary to
ensure that the standard of finish demanded by this contract is achieved.

© 01 International W.L.L Ventilation Canopies


11425-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Cooperation/Coordination with other Contractors


1. It shall be the Contractor’s responsibility to co-ordinate/liaise with all other
Contractors and the Project Manager. The Contractor shall make himself aware of the
extent of works being installed within the Contract area by other trades, and will
provide sufficient services information to allow the specialist paneling Contractor to
produce fully co-ordinated composite builders work drawings.
2. The Contractor shall ensure that in fixing the work of this contract he shall not
obstruct the fixing or the future maintenance of other services or equipment items.
The Contractor shall fully co-operate with other Contractors and take all reasonable
precautions to ensure that his progress does not impede the progress of their work.
3. The Contractor must take all necessary precautions to restrict the area of his work to
the immediate vicinity of the work involved in this Contract.
4. All the implications of these restrictions and the methods which are to be adopted
must be fully considered, and allowance for them made in the Tender return.
C. Builder’s Work Drawings/Information
1. The successful Bidders shall be expected to carry out early "Builder's Work in
Connection" co-ordination to ensure that spigot connections, water services and waste
services recesses are correctly located in relation to equipment to be supplied in this
Package.
2. The Contractor should make due allowance for all the necessary attendance at co-
ordination meetings with the other specialist contractors.
3. The Contractor shall take due recognition of the need to co-ordinate his services
installation with the wall and ceiling Contractor and make due allowance for
attendance on site to finalize and mark holes required in panels for the passage of his
services.
4. The Contractor will supply drawing and or others details of all other BWIC
requirements for penetrations to the building fabric.
D. Production of Installation/Working Drawings
1. The Food Service Equipment Contractor shall prepare and submit to the Contract
Administrator sets of accurately dimensioned detailed layout drawings of equipment,
fabrication and other details of the works as necessary to supplement the information
shown on the drawings. They shall be fully co-ordinated installation/working
drawings, co-ordinated with the works of other trades.
2. Any working drawings produced by The Food Service Contractor must be forwarded
for comment and authorisation to the Contract Administrator, Design Team, Client
and concerned trades before works commence.
3. They shall be submitted for authorisation to ensure correct interpretation of this
specification and associated design drawings. This procedure shall not invalidate or
exempt the Food Service Equipment Contractor's responsibility for accuracy or
correctness. Any comment the Design Team, Client or concerned trades may make
will be advisory only and solely for the consideration of, and assessment by, the Food
Service Equipment Contractor. The comments shall not relieve the Contractor of his
responsibility for the suitability and correctness of his designs and his other
contractual obligations.
4. The Food Service Equipment Contractor shall submit detailed dimensioned shop
drawings and diagrams for the items listed in the detailed specification, Part 2. These
shall be new drawings prepared specifically to suit the requirements of this contract.
When preparing the drawings the Food Service Equipment Contractor shall establish
lines and levels for the work specified and check the drawings to avoid interference
with structural features, services pipe work and other elements.
5. Shop drawings are to be at a minimum scale of 1:20, with detail at 1:10 and 1:5 and
shall include:

© 01 International W.L.L Ventilation Canopies


11425-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Dimensioned layout drawings at a scale of 1:20.


b. Dimensioned layout and elevation drawings at a scale of 1:20 showing:
 Dimensioned builder's work.
 Dimensioned Mechanical and Electrical connection positions
required for the equipment.
 Dimensioned electrical switchgear positions required for the
equipment.
c. Dimensioned working/fabrication drawings at a scale of not less than 1:20,
incorporating:
 All materials products, components, assemblies, etc. The drawings
must indicate the type and thickness of materials, the arrangement
of components, jointing, fixing and details, sealant, extrusions,
finishes and all other pertinent information. In a number of
instances in is anticipated that these working drawings will be full
size or 1:5 scale.
 The location of all component parts, method of assembly and fixing.
Dimensional relationship with adjacent elements, components or
materials, indicating the permissible deviations.
d. Plans and sections showing any required builder's work, including sizes and
position of any holes in the structure. This information must be provided in
sufficient time to meet the needs of the Client’s construction programme.
E. Design and Co-ordination: The Food Service Equipment Contractor shall:
1. Complete the design and detailing of the work, and provide complete production
information, including, as appropriate, fabrication/ installation drawings, all design
calculations, specifications, etc, based on the drawings, this specification, and other
information provided. Liaise with others as necessary, to help ensure co-ordination of
the work with related building elements and services.
2. Request additional information as necessary from the Contract Administrator and
provide information as necessary in time to meet the programme.
3. Submit sufficient copies of the design/production information, including four (4)
copies for the Design/Contract Team, who will check the design/production
information and submit comments to the Client.
4. The Contract Administrator shall inspect the design/production information, record
comments and return them. The Contract Administrator requires ten working days for
such examination of design/production information.
5. Make any necessary amendments in accordance with any comments of the Contract
Administrator, without delay. Unless and until it is confirmed that re-submission is
not required, re-submit for further checking and comment, and incorporate any
necessary further amendments all as before.
6. If submitted design/production information differs from the requirements of the
Tender documents/Contract documents as applicable, each such difference must be
the subject of a request for substitution or variation, supported by all relevant
information.
7. Should any amendment to design/production information, required by the Contract
Administrator, be considered to involve a variation which has not already been
acknowledged as a variation by the Contract Administrator then the Contract
Administrator must be notified without delay, and in any case within seven days. The
Specialist Ventilation Canopy and Services Distribution Riser Package Contractor
shall not proceed with ordering, fabrication, or fixing until subsequently instructed.
Claims for the extra cost of such work, if made after it has been carried out, may not
be allowed.

© 01 International W.L.L Ventilation Canopies


11425-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. Submit sufficient copies of final version of design/production information, including


six copies for the Client and Design Team, shall be submitted to the Contract
Administrator for distribution to all affected parties.
9. Co-ordination with Other Contractors: The Specialist Ventilation Canopy and
Services Distribution Riser Package Contractor is expected to liaise fully with the
other Contractors (Main Contractor, Mechanical Contractor, Electrical Contractor,
Catering Equipment Contractor, etc.) to ensure that all elements of this project are
carefully co-ordinated where they interface.
10. Co-ordination with Other Services: The Food Service Equipment Contractor shall be
responsible for the proper roughing of all ventilation canopy and services distribution
spines and risers to be installed. Architectural and mechanical drawings shall be
checked to ascertain whether there is hidden interference with regard to exposed
plumbing and electrical routes, other than required connections to specialist
refrigeration equipment. If the Food Service Equipment Contractor fails to check
drawings as required, then after delivery, and without cost to the Employer, any
necessary cut-outs within equipment shall be made to complete the proper installation
to the satisfaction of the Contract Administrator.
11. Samples: The Food Service Equipment Contractor shall submit two (2) identical
finished samples of the materials that he proposes to use on the Contract, for written
authorization prior to the commencement of manufacture.
12. Inspection of Equipment during Manufacture: The Contract Administrator/Client’s
Representative Team including the Catering Design Consultant, shall visit the
fabrication works at any time during manufacture, to assess progress and the quality
of work.
F. Setting Out of the Works
1. The Food Service Equipment Contractor shall be responsible for setting out all items
associated with the specialist ventilation canopy and services distribution riser
equipment installation and for ensuring that equipment is fixed correctly in relation to
the building or any special features/fittings attached to it.
2. Fixed items shall be erected plumb in the position detailed within a tolerance of
1:1000 with a maximum divergence from the true position of +/-10mm, except where
otherwise detailed in the specification. Dimensions for setting out shall not be scaled
from drawings.
3. The dimensions given in this specification are approximate only, and in all cases
where equipment is intended to occupy fixed locations and spaces, the physical
conditions of the building are to control the absolute sizes.
4. The Food Service Equipment Contractor shall be responsible for taking and/or
agreeing all necessary site measurements and shall ensure that all specially
manufactured items are fabricated to those measurements.
5. The installation shall be completed to ensure that the equipment can be easily cleaned
and maintained to standards acceptable to an Environmental Health Officer.
1.06 INSTALLATION AND CONNECTION TO SERVICES
A. General
1. The Food Service Equipment Contractor shall supply, deliver, move into position
from delivery point, install and commission all ventilation canopies and services
distribution risers to services terminated with an isolating valve, electrical isolator, or
tail within 2000mm of the final connection points. The installation is to be completed
using materials that are appropriate for the purpose and comply with all current
regulations regarding their use.
B. Materials and Standard of Work
1. The Client considers the aesthetic character of this project as being of great
importance. The Specialist Ventilation Canopy and Services Distribution Riser
Package Contractor shall not cut, drill or otherwise alter the works of other Trades, or
his own work to accommodate other Trades, unless such work is clearly specified on
the drawings. If such alterations are required, written approval from the Contract
Administrator must be obtained for such alterations.

© 01 International W.L.L Ventilation Canopies


11425-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Where, in the opinion of the Contract Administrator, the finished works or the
materials or standard of work of any part of the works fails to comply with this
specification, then that part of the works will not be accepted and will be deemed to
be defective work.
C. Extent of Installation
1. The specification of the installation of items detailed on the following pages relates to
the installation of electrical, water and waste services complete.
2. Tundish gulley waste outlets will be provided by others, as indicated on drainage
drawings.
3. The Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor will be required to supply all isolators, distribution boards, control panels,
and interconnect wiring associated with the ventilation canopy and services
distribution riser installation.
D. Location of Ventilation Canopies
1. Ventilation Canopies shall be located in the most suitable locations to suit the efficient
operation of the refrigeration system(s). They shall generally be located as shown on
drawings.
2. The canopies shall be suspended and supported from the structural steelwork trusses.
The Contractor is to design and supply all support structures for the ventilation
canopies.
E. Equipment Protection
1. The Bidder shall include for the full protection of equipment during delivery, storage
and both during and after installation. Aside from the plastic film protection provided
to stainless steel sheet, additional protection is to be provided in the form of plywood,
MDF or Corex. Polythene shrink-wrapping and cardboard packaging alone is not
acceptable. The protection shall be carried out to the satisfaction of the Contract
Administrator.
2. Any damage caused by the lack of appropriate protection being applied shall be the
responsibility of the Food Service Equipment Contractor and shall be made good, to
the satisfaction of the Contract Administrator, at the Specialist Ventilation Canopy
and Services Distribution Riser Package Contractor's expense.
F. Cleaning of Materials and the Works
1. The Food Service Equipment Contractor shall clean each item of the ventilation
canopy and services distribution riser Contract works immediately prior to practical
completion and project handover. This clean shall ensure that equipment is clean and
free from plastic coatings, dust, dirt, moisture or other foreign matter. Suitably trained
and qualified personnel shall carry out the clean.
2. Any damage caused by the foregoing conditions not having been achieved shall be the
responsibility of the Food Service Equipment Contractor and shall be made good, to
the satisfaction of the Architect/Client’s Representative, at the Food Service
Equipment Contractor's expense.
G. Operation and Maintenance Manuals and 'As Built' Drawings
1. Three (3) sets of the Manufacturer's Operating and Maintenance Guides together with
'As Built Drawings' shall be handed to the Client at the time of handover or within a
period not exceeding four weeks after the successful handing-over of the project.
2. A draft of the manual shall be submitted for authorization 6 weeks prior to handover.
Data and drawings are to be provided both as hard copies and also electronically on
CD discs.
3. The Manufacturer’s Operation and Maintenance Guides and the 'As fitted' drawings
shall be suitably bound in a hard-backed ring binder, having an index for ease of
reference. Data and drawings are also to be provided electronically on CD discs.
4. The Operation and Maintenance Manual shall have the following sections:

© 01 International W.L.L Ventilation Canopies


11425-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Operating guides, sub-divided into areas with a key and location drawing.
b. List of precautionary safety measures, encompassing responsibilities within
CDM regulations.
c. Glossary of names and addresses of suppliers.
d. Detailed maintenance information, including wiring diagrams.
e. List of recommended spare parts.
f. Certification of completion of commissioning.
5. Keys: At handover keys shall be handed to the Client. They shall be keys tagged with
an equipment reference for ease of identification.
H. Commissioning
1. In respect to all major items of equipment, commissioning shall be carried out by
engineers employed by the equipment manufacturer or trained by the manufacturer for
such commissioning activities. In respect to the later, certification of training shall be
provided. This requirement applies without exception to all ventilation canopies.
2. Once the equipment under this contract has been erected, positioned and connected to
services, it is this Food Service Equipment Contractor's responsibility to fully test and
commission both the equipment and services connections. Where it is felt to be
beneficial, because of specialist knowledge, the Sub Contractor shall seek the
assistance of the Manufacturer's Representative/Service Agent.
3. The object of this testing is for the Sub Contractor to confirm to the Main
Contractor/Client’s Representative that the equipment is:
a. Free from all manufacturing defects, including leaks, blockages, component
failures, etc.
b. Connected to all necessary services, and that these services are adequate to
provide the equipment with the required power, water, waste and ventilation
under full capacity working conditions.
c. Completely safe to operate.
d. Functioning to the manufacturers, and/or specification, performance criteria.
e. Will pass any subsequent testing from outside agencies, e.g., Insurance,
Public Health, Water Authority, etc.
4. Before testing/commissioning commences, the following shall be confirmed in
writing:
a. All services are available with any pressure tests, chlorination periods and
the like complete.
b. Seven days notification, to the Main Contractor/Client’s Representative, that
commissioning will commence.
c. Operation of the equipment for the purposes of testing will not affect the
commencement of the extended warranty period.
d. No engineers will operate or adjust the equipment unless they are fully
conversant with the item, have studied the manual, and are not infringing any
Health and Safety at Work Regulations.
5. The Sub Contractor must allow all equipment to operate until fully warmed up/bedded
in, and should endeavor to operate all items at full capacity, simultaneously. It should
be recognized that this procedure takes time, and this should be allowed for in any
works programme.
6. Once the equipment is fully warmed up, all final balancing, adjustments, valve
settings, etc., shall be made and Test Certificates shall be completed. The Main
Contractor/Client’s Representative should then be notified, in writing, that all
equipment is fully tested.

© 01 International W.L.L Ventilation Canopies


11425-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Any specially fabricated equipment shall be tested before it leaves the manufacturer's
works, but should also be re-tested on site.
8. Continuity of programme for testing should not be assumed.
9. Immediately before the expiry date of the Defects Liability Period, the Sub Contractor
shall re-visit site to demonstrate that the installation is still functioning efficiently.
10. Under no circumstances shall the installation be used for any purpose other than those
listed above, and under no circumstances should any other contractor or kitchen
operative be allowed to tamper with the equipment.
11. The Main Contractor/Client’s Representative shall witness all testing and
commissioning and shall have access at all reasonable times to such parts of the Sub
Contractor's works and of any sub-contractors' and suppliers' works as may be
necessary for the purpose of inspecting, examining and testing the materials,
workmanship and performance of the plant.
12. The Sub Contractor shall give the Main Contractor/Client’s Representative seven
days' written notice of the intention to carry out any test, and shall have carried out all
necessary adjustments prior to commencing such test.
13. In the event of the Works being incomplete and causing a postponement of the
notified test date, of the installation failing to pass the test or commissioning, the
Main Contractor/Client’s Representative shall be at liberty to deduct from the Sub
Contractor's account reasonable costs and expenses incurred by the Main
Contractor/Client’s Representative in having his representative attending the
repetitions of the test.
I. Hygienic Deep Clean
1. Immediately prior to handover the Food Service Equipment Contractor is to undertake
a hygienic deep clean of all catering areas included in this contract.
2. Surfaces and structures are to be cleaned using effective degreasing and sterilizing
products that have been analyzed to BS3286 standards to remove dust, dirt and grease
from work surfaces, walls, floors, ceilings and less accessible areas such as pipes.
J. Project Close-out: The Food Service Equipment Contractor shall make allowance as necessary
to fill out and carry tests as required to comply with the Main Contractor’s specific
commissioning requirements and forms.
K. Staff Training
1. Prior to commencement of operation of each area, and on completion of
commissioning, the Food Service Equipment Contractor shall organize a minimum of
three training sessions for catering and engineering staff over three separate days, at a
mutually convenient time.
2. The Food Service Equipment Contractor shall also have a supervisor conversant with
the works in attendance at all times during the staff training period. The Contractor
shall co-ordinate the scheduling of staff training via the Contract Administrator. The
operating and maintenance manuals are to be supplied during the training sessions and
used as the base material for training. The Food Service Equipment Contractor shall
satisfy himself that the Client’s staff is capable of taking over the installation.
3. Training shall be recorded for the future use of the Client.
L. Opening of Facilities: The Food Service Equipment Contractor shall allow for the attendance
of a fully qualified engineer conversant with the installation over 3 days after the opening of
the kitchen.
M. Equipment Warranty
1. As minimum 2-years parts and labor warranty shall be provided for all items of
equipment.
2. This duration and coverage of equipment warranty shall be the manufacturer standard
warranty on the condition that it, as a minimum, meets or exceeds the requirements
specified in the contract document, failing that, the warranty shall be in accordance
with the conditions stipulated in contract document.

© 01 International W.L.L Ventilation Canopies


11425-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

N. Spare Parts
1. The Food Service Equipment Contractor shall advise a separate price for the supply of
a complete compliment of those spare parts as recommended by each manufacturer
for the entire installation to permit the continued use of each appliance.
2. The spare parts shall be held on site for draw-down as necessary by the Food Service
Equipment Contractor during the first and second year warranty period and thereafter
for draw down by nominated service engineers. The spare parts shall all be fully
catalogued, indexed and sorted according to the equipment supplier and equipment
type.
3. Any spare parts used that are covered by the manufacturer’s warranty shall be
replaced by the Specialist Ventilation Canopy and Services Distribution Riser
Package Contractor.
O. Maintenance
1. The Food Service Equipment Contractor shall provide a separate price to directly
provide comprehensive after sales support for the equipment supplied within this
contract covering routine maintenance repairs and further operator training for a
period of 2-years after handover.
2. This is to include a comprehensive preventative maintenance programme to ensure the
safe and efficient operation of the ventilation canopies and services distribution risers
and reduce the risk of unexpected breakdown of key appliances. Servicing is to occur
during 'off peak' periods, overnight or at weekends to suit the kitchen schedule.
Service and repairs is to always be carried out by factory trained and equipped
engineers.
3. There are to be a minimum of two planned inspection visits per year and the
maintenance provision is to also include the cost of all labour and travelling for
emergency visits which may be needed outside planned visits. Equipment is to be
covered against all mechanical and electrical failures, inclusive of all labour and any
parts used for two years after handover.
4. Each machine/item is to have its own unique checklist which is to include:
a. Calibration of moving parts
b. Calibration of thermostats
c. Lubrication where necessary
d. Descaling of equipment
e. Electric safety checks
1.07 RELATED WORKS BY OTHERS
A. This section comprises the works that will be complete or be in the process of completion by
other Trades at the time of installation by Food Service Equipment Contractor. The Main
Contractor or his Package Contractors will be responsible for:
B. The building and building finishes, including walls, floors, ceilings and paintwork
1. The provision of the first and second fix electrical installation up to and including
suitable agreed connection points.
2. The provision of all mechanical services, including but not limited to, water and waste
services, ventilation ductwork and plant and waste pipe work up to and including
suitable terminations in agreed positions, approximately two meters from the point of
connection.
3. All terminations for services will be not greater than two meters from the final
connection point on the sited equipment.
4. All services except where specified to the contrary or where agreed by the Contract
Administrator, shall be concealed, thereby providing a completely flush installation.
Exposed water and waste pipe runs shall be eliminated or minimized wherever
practical.

© 01 International W.L.L Ventilation Canopies


11425-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. All exposed pipe work shall be self-finished in Polybutylene or High Density


Polyethylene (HDPE), Chromed Copper or stainless steel according to the specific
area of installation.
1.08 MECHANICAL SERVICES AND PLUMBING INSTALLATION
A. Refer to same item of general Specifications 11405
1.10 ELECTRICAL SERVICES
A. Refer to same item of general Specifications 11405
1.11 SERVICES DISTRIBUTION DUCTS
A. General: The purpose of the service ducts shall be to provide a facility whereby water, waste
and electrical services may be distributed from single incoming supplies to the various
connection points on cooking appliances, fabricated items and ancillary equipment.
B. Fabrication Standards: The Food Service Equipment Contractor shall be responsible for the
design of the items specified and for the selection of suitable and appropriate components to
suit the conditions specified. The specialist stainless steel fabricated items shall all be the
product of one manufacturer to ensure consistency of design details and components. All
specialist stainless steel fabricated items shall be designed and manufactured to have a safe,
hygienic finish, be capable of being easily cleaned and be suitable for use in a heavy duty-
catering environment.
C. Materials and Finishes
1. Construction: All stainless steel used within fabricated equipment shall be type 304-
grade S15 superior corrosion resistant, finished to DP1. To be 2mm or 1.6mm thick
(14 or 16 gauge) as specified in the item specification. Edges shall generally be
boxed with a return edge, 50mm deep, unless otherwise specified. It should be noted
that the main kitchen and satellite kitchens, together with certain parts of the
fabricated elements within the beverage support areas are to have a
bullnosed/radiused leading edge. Up stands shall be boxed, 120mm high with a full
depth boxed return to the rear and an angled return to the top.
2. Tops: The tops of all exterior panels of fixtures and doors shall all be constructed
from a single sheet of metal, wherever available standard sheet size permits. Where
size of equipment requires the use of more than one sheet of metal, sheets shall be butt
jointed with all joints having a continuous site weld for their full length. No joint
shall be less than 500mm from an edge or end of a piece of equipment.
3. Item Size: The item framework and any paneling shall be constructed to dimensions
that allow the items to be delivered into the building and to their final installed
location. The items shall not require the application of manual cutting gear such as
saws, chisels and the like.
4. The items shall be joined in a manner that allows them to be dismantled and removed
from their locations in the future without the need to make alterations to the structure
of the building.
5. Joints: Joints in stainless steel worktops shall be designed so as to achieve a water,
grease and bacteria/vermin-proof surface.
6. Joint Detail: The two corresponding edges of site joints shall match in profile or
sections and all horizontal or vertical surfaces shall be flush, in alignment and site
welded.
7. Fastenings on Exposed Surfaces: To be welded, ground smooth, and polished to
match the adjoining surfaces. The polished grain on all working surfaces of each item
of equipment shall run parallel to the length of the equipment. Adjoining items of
equipment shall have the grain running in the same direction. Below worktop level all
surfaces shall have the grain running horizontally. Capping or joining strips shall be
DP1 finish with the grain running vertically.
8. Stainless Steel Tubing: To be 1.5mm thick. Where used as legs, tubing shall be 38-
40mm overall square or round section. Where used as framing to counters and as
bracing to tables, tubing shall be 25-30mm overall square or round section. The use of
square or round tubing is as detailed in the item used specification.

© 01 International W.L.L Ventilation Canopies


11425-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9. Tubing shall be seamless drawn or seam welded, ground and polished smooth finish.
All joints between legs and attachments to equipment shall be welded, ground smooth
and polished. Whenever joints are required to be welded, they shall be ground and
polished finished.
10. All Hardware/Fittings: All hardware, and other fittings used in connection with the
equipment shall be stainless steel, unless such fittings are unobtainable, when chrome
plated brass or bonze may be submitted for approval.
11. Handles and Drawer Pulls: To be folded pattern, formed integrally to the door/drawer
front. Drawer pulls shall run horizontally. Door pulls shall run vertically.
12. Handles: Where handles are required to be fixed to materials other than metal they
shall be Standard-Kiel model 12270 or similar approved and fixed using stainless
steel screw/bolts as appropriate.
13. Hinges: Hinges shall be concealed type in nickel bronze or heavy stainless steel
material. Hinges may be welded or bolted to the doors and bodies. Bolts shall be
stainless steel. Alternatively the hinges may be fastened with stainless steel,
countersunk rivets, ground flush and polished smooth.
14. Locks: To be stainless steel heavy duty, Fermod or equal and approved.
15. Feet: To be 180mm high bullet stainless steel heavy-duty adjustable type.
D. Welds
1. The words 'weld' or 'welded' used in this specification mean that metal joints shall be
continuously welded on the exposed parts, ground smooth and polished to match
adjoining surfaces.
2. Where metal to metal joints occur on all fabricated items, the joints shall be properly
welded.
3. All welded joints shall be homogeneous with the parent metal itself.
4. Where spot welding is necessary, the welds shall be at a maximum spacing of 75mm,
dressed smooth on visible surfaces.
5. Where tack welding is necessary, the pieces welded shall have at least 12mm length
of welding material at maximum spacing of 100mm.
6. All welding shall be done with welding rod of the same composition as the stainless
steel sheet.
7. Welds shall be strong and ductile, with excess metal and any discoloration ground off
and joints finished smooth to match adjoining surfaces.
8. Welds shall be free of imperfections such as pits, runs, splatters, cracks, warping or
discolorations.
9. All exposed welded joints shall be ground flush with the adjoining materials and
neatly finished. All ground surfaces shall then be polished or buffed to match the
adjoining surfaces. Care shall be exercised in all grinding operations to avoid
excessive heating of the metal causing metal discoloration.
10. Abrasive wheels and belts used in grinding shall be removed by successive finer
polishing. The texture of the final polishing operation shall be uniform and smooth.
11. In all cases, the grain or rough grinding shall be removed by successive finer
polishing operations. The texture of the final polishing operation shall be uniform and
smooth.
12. All exposed surfaces shall be commercial mill finish, Matt DP1 for corrosion resisting
steel.
13. Where brake bends occur, they shall be free of open texture or orange peel
appearance. Where such brake work does mark the uniform appearance of the
material, all marks shall be removed by grinding, polishing and finishing.
14. Sheared edges shall be free of burrs, fins or projections. Where mitre or bullnosed
corners occur, they shall be neatly ground to a uniform condition. Over-lapping
materials are not acceptable.

© 01 International W.L.L Ventilation Canopies


11425-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

15. Exposed surfaces of equipment shall be free of bolt, screw or rivet heads. Whenever
bolts are used to fasten trims to the panelling and body of warmers, counters, cabinets
and similar equipment, or to fasten tops of counters and tabletops to framing, such
bolts and screws shall be of the concealed type.
16. Where threads of bolts and screws occur on the inside of fixtures and are either visible
or might come in contact with a wiping cloth, such bolt and screw threads shall be
ground smooth so as not to create a hazard to food service employees.
E. Frames
1. The ducts shall comprise of stainless steel support frames fixed to fabricated plinths
and to structural walls where appropriate. Support frames shall vary in length, height
and depth as shown on drawings, but shall be not less than 70mm deep.
2. Frames shall be constructed from stainless steel channels or angle not less than 3mm
thick and shall be manufactured in sections so as to permit site access, but which form
a rigid structure when assembled and fixed in position on site. The frame shall provide
the support for all enclosure panels and for cable trays, support hangers etc.
3. The front and sides of the exposed section of frame shall be clad with panels
constructed of grade DP1 finish stainless steel. Panel size shall be uniform in height
and joints shall be on equal centers. The polished grain on all exposed panels shall be
horizontal.
F. Electrical Distribution Boards
1. Electrical distribution boards shall be provided as indicated on the drawings, being
concealed behind lockable hinged access doors, with identification labels affixed to
the doors.
2. Electrical isolators and outlets shall be provided as indicated on the drawings, the
isolators being identified previously and being capable of locked in the 'off' position.
Generally, the Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor shall complete all wiring between the incoming supply, the distribution
board, isolators and outlets.
G. Water Services
1. Water services shall be distributed through the service duct, to feed equipment being
supplied by the Food Service equipment Contractor.
2. Distribution is to be as indicated on the drawings and this specification. Provision
shall be made for draining the water services at the end of the pipe run.
H. Services Isolation
1. Where main services are terminated at high level, others shall provide these with
means of isolation.
2. The Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor shall install low-level isolation points. These shall be lever action type,
accessed via doors at intermediate/low level providing easy access for
maintenance/repair work.
I. Fixing Detail
1. Where services ducts are formed as a vertical connection between either the floor or
fabricated base units to the underside of ventilation canopies, or a suspended ceiling
they shall not form a support of such for either canopy or ceiling. They shall be fixed
to such structures for stability.
2. Pipe clips, conduit clips, and any other support systems shall be concealed fixed to the
frame of the duct. Under no circumstances shall the fixings be exposed, neither shall
they extend into cupboards, shelving or any section which is subject to internal
cleaning by food service operating staff. At junctions to suspended ceilings or
ventilation canopies, the duct shall be fitted with an all welded angle section surround
in matching material. These shall be screw fixed to the duct where false ceilings occur
and to either or both the duct and the ventilation canopy where these occur.

© 01 International W.L.L Ventilation Canopies


11425-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. In all instances, the duct shall extend 50mm above the false ceiling level, subject to
local dimensional constraints.
4. Following installation of all piped and electrical services, the tops of all services
riser/distribution ducts shall be in filled with standard or purpose-made close mesh
steel inserts. These shall be suitably treated and of either solid format or of sufficient
density to prevent the movement of, or the ingress of all insects, vermin and the like.
The Consultant's opinion and views in this context shall be final.
5. Unless absolutely necessary, no exposed fixings shall be permitted.
J. Co-ordination: The Food Service equipment Contractor shall liaise with the Catering
Equipment Contractor, the Electrical Services Contractor and the Mechanical Services
Contractor to ensure that any vertical ducts are accounted for within the design of the
ventilation canopies/ceilings.
1.12 VENTILATION CANOPY FABRICATION STANDARDS
A. General
1. The Food Service Equipment Contractor shall be responsible for the design of the
items specified and the selection of suitable and appropriate components to suit the
conditions specified.
2. All canopies shall be the product of one manufacturer to ensure consistency of design
details and components. The Bidder shall confirm compliance with these conditions
with his returned bid.
3. All canopies shall be designed and manufactured to have a safe, hygienic finish and
be:
a. Capable of being easily cleaned;
b. Suitable for use in a heavy-duty catering environment;
c. Constructed of non-combustible materials;
d. Located so as not to interfere with the cooking process.
B. Materials and Finishes
1. All fabricated elements shall be constructed in 1.2mm thick stainless steel to BS 1449
Part 2 and grade 304 S16 (EN 58 E) Matt DP2 composition, unless otherwise
specified. The stainless steel is to be polished on both sides where visible. The
stainless steel shall be selected so that no distortion occurs through either welding of
the weight of the panel itself.
2. Surfaces that are polished shall be protected with a laminate PVC film until after the
installation.
C. Perforated Sheet
1. 0.8mm perforated sheet shall be used for the diffusion or equalisation of air within the
supply plenums of the canopies.
2. The holes shall be sized and pitched to provide a face velocity of approximately
0.7m/s to minimise noise generation. The face velocity shall not exceed 0.9m/s.
D. Insulation
1. Those canopies specified to be supplied with a supply air plenum shall be fitted with
thermal insulation to all internal surfaces of the plenum. The insulation shall be a rigid
foil faced non-fibrous slab, with a class 1 spread of flame.
2. The insulation shall be fixed with a combination of adhesive, tape and stickpins.
E. Construction Detail: The canopies shall all incorporate:
1. Manufactured in an all-formed, folded and welded construction with joints made such
that there are no obstructions or obtrusions likely to cause injury or harbour growth of
bacteria.
2. All external canopy faces shall be vertical to facilitate cleaning and maximise the
internal collection volume.

© 01 International W.L.L Ventilation Canopies


11425-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. A minimum 50 x 25mm channel shall be formed as an integral part of the valance to


provide rigidity to the exposed edge for the full perimeter of the canopy.
4. Cut blanks shall be notched and folded into sib-sections and assembled either by
riveting, bolting, spot welding, or by the use of specialist adhesives. These folded
joints shall be formed ‘in-board’ of the canopy construction to ensure concealment on
completion of the final assembly.
5. The item framework, tops and any panelling shall be constructed to dimensions that
allow the items to be delivered into the building and to their final installed location.
The items shall not require the application of manual cutting gear such as saws,
chisels and the like.
6. The items shall be joined in a manner that allows them to be dismantled and removed
from their locations in the future without the need to make alterations to the structure
of the building.
7. Canopies that, in length, exceed that which can be made from a standard sheet shall be
made in sections that are joined by a 20-25mm wide full height internal flange or
standing seam. After installation any standing seams shall be covered by a full height
cover trim to provide a smooth surface to facilitate cleaning. All joints shall be
designed so as to achieve a water, grease and bacteria/vermin-proof surface.
8. The two corresponding edges of site joints shall match in profile or sections and all
horizontal or vertical surfaces shall be flush and in alignment.
9. Fastenings on exposed surfaces shall be welded, ground smooth, and polished to
match the adjoining surfaces. The polished grain on all working surfaces of each item
of equipment shall run parallel to the length of the equipment. Adjoining items of
equipment shall have the grain running in the same direction. Below worktop level all
surfaces shall have the grain running horizontally. Capping or joining strips shall be
DP1 finish with the grain running vertically.
F. Ventilation Canopy Sealants
1. The use of sealant shall be limited to all visible joints or to those areas where a
hygienic seal is required. The sealant shall be of silicon type foodservice quality.
2. A clear, white or grey sealant shall be used for making a seal between the canopy and
adjacent building structures.
3. In addition to achieving a waterproof seal, the sealant shall have good adhesive and
elastic properties, be non-toxic, resistant to aqueous detergents, dilute alkalis and
dilute mineral acids, and be heat tolerant. The sealant shall be applied using masking
tape, with joints smoothed with a spatula and surplus sealant removed.
4. Conventional sealant may be used for spigot and ductwork joints.
5. All products shall comply with the manufacturer's recommendations with regard to
the COSHH Regulations.
G. Ventilation Canopy Grease Filtration: Water Wash Type Canopies: Where specified the grease
filters shall be as follows:
1. Baffle Filters: To comprise of a series of interlocking vanes which, when assembled,
forms a two-pass grease removal device. The blades are to provide a barrier in the
event of a flash fire. The filters shall be fabricated from stainless steel and have a
grease extraction efficiency of between 65 and 80% depending upon temperature and
velocity.
2. The grease-laden air shall pass through the filter and shall separate the grease in the
air stream through a series of forced changes in direction and velocity.
3. The grease shall be deposited on the vertical vanes and be drained off through a series
of weep-holes spaced at adequate intervals and into a collection drawer.
4. The capacity of the collection drawer shall be sufficient to suit the type of cooking
and frequency of cleaning. It shall be located so that it is isolated from the extract air
stream to prevent re-entrainment.

© 01 International W.L.L Ventilation Canopies


11425-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. The filters must be easily removable for cleaning and installed so as to minimise air
leakage around the perimeter. They must be installed at an angle of not less than 45
degrees from the horizontal.
6. Continuous Cold Water Mist: The water mist system shall be used to compliment a
water wash system, where the grease extraction is enhanced by means of a cold water
spray that runs continuously during the cooking operation. The vapor entering the
canopy shall pass through the ‘mist’ which shall cause the grease particles in
suspension to drop in temperature, solidify, increase in size and then drop into a
drainage trough from which they are flushed to a drain.
7. On completion of the cooking cycle a hot water and detergent self-cleaning cycle shall
be initiated to remove any remaining effluent. The water mist system shall be between
90-98% efficient.
H. Ventilation Canopy Grease Filtrations: UV-C Type Canopies: Where specified the grease
filters shall be as follows:
1. Filters: To comprise of removable stainless steel cartridge filters which have a grease
extraction efficiency of 98% (ULC tested) and be suitable for use in conjunction with
ultra-violet UV-C cassettes. The combined use of high efficiency filters and ultra-
violet `UV-C' technology is to be capable of destroying airborne grease and odors.
Airborne contaminants are to be arrested at source and not conveyed by the ductwork
system to atmosphere. Grease is to be prevented from entering the exhaust ductwork.
2. The filters must be easily removable for cleaning and installed so as to minimise air
leakage around the perimeter. They must be installed at an angle of not less than 45
degrees from the horizontal.
3. The grease-laden air shall pass through the filter and shall separate the grease in the
air stream. The grease shall be deposited on the base of the filter and be drained off
through a series of weep-holes spaced at adequate intervals and into a collection
drawer. The capacity of the collection drawer shall be sufficient to suit the type of
cooking and frequency of cleaning. It shall be located so that it is isolated from the
extract air stream to prevent re-entrainment.
4. Ultra Violet UV-C Cassettes: The ultra violet UV-C system shall be used to
compliment the grease filtration system The dirty air containing vaporized cooking
oil, water, vapor and entrained fats and odours shall be passed over the UV light tubes
which shall break down the remaining organic material using a combination of
photolysis and ozonolysis, to leave carbon dioxide and water vapor as end products.
5. The systems shall be supplied complete with stainless steel finish control panels
identifying that the UV-C tubes are operational and being complete with fault finding
diagnostics.
I. Ventilation Canopy Internal Lighting
1. The canopies shall be fitted with integral lighting to provide an average illumination
level of approximately 500-lux at the working surface. They shall be standard
fluorescent type fittings with the appropriate colour rendering and installed at
approximately 1200mm above the cooking surface. They shall be incorporated into a
suitable housing to render them shatterproof.
2. The light housings shall be recessed into the canopy to provide an easily cleanable
surface, devoid of unnecessary and inaccessible joints and seams. It shall have an
easily removable cover to provide ready access and replacement of the fluorescent
tubes. The housings shall be designed with adequate ventilation at both ends. The
light housings shall be manufactured from a material or colour, which will ensure
maximum light reflection downwards towards the working surface.
3. The light enclosure shall be sealed against ingress of grease and moisture and
designed to achieve a rating of IP55. All sealing gaskets between the removable
reflector and the light housing shall be of food quality neoprene and be able to
withstand temperatures of up to 100OC.
4. The lighting reflector glass/polycarbonate shall be made from temperature resistant
material such as polycarbonate sheet. The outer surface shall be of a smooth and easy
to clean finish.

© 01 International W.L.L Ventilation Canopies


11425-17
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Wiring from the light fittings to a junction point on the canopy shall be heat resistant
and installed in a low smoke and fume (LSF) material.
J. Ventilation Canopy Fire Suppression Systems
1. The ventilation canopies shall incorporate a liquid agent fire suppression system.
2. The system is to be capable of being activated either manually or automatically in the
event of a fire. Thermal fusible links, calibrated for varying temperatures are to be
strategically located in the extract air path above the cooking equipment that is to be
protected.
3. When the fire suppression system is activated the mains energy supplies (both gas and
electricity) shall be immediately automatically shut-off and isolated.
4. The chemical agent that is stored within the system is to be released along the run of
pipe work and be discharged at high velocity through spray nozzles toward the
appliances that require protection. When the extinguishing agent comes into contact
with the cooking surface a foam is to be formed which that will suppers the
combustible vapours and prevent the fire from restarting.
5. The systems are to also be capable of being activated manually by a remotely located
pull station positioned adjacent to exit doors along the escape route.
6. An approved fire suppression contractor who is capable of preparing the design and
obtaining his equipment from a single source shall complete the installation. All work
must be carried out in accordance with the technical manuals of the equipment
manufacturer/supplier.
7. Once the system has been installed it shall be commissioned and tested in accordance
with the manufacturer’s recommendations. The release assembly mechanism shall be
tested before the gas cartridges are installed. Individual components, e.g. Pull stations,
mechanically or electrically activated valves, electrical switches, pressure switches
and the detection system shall be fault-tested in-situ.
8. Once the system testing and commissioning process is complete, acceptance
certificates for the installation shall be completed for approval and signature.

PART 2 - ITEMISED VENTILATION CANOPY SPECIFICATION


2.01 BASEMENT MAIN KITCHEN
A. HOT COOKING AREA
1. ITEM 12.03: WALL TYPE SELF CLEANING EXHAUST HOOD W/ MAKE-UP
AIR INTERNALLY & EXTERNALLY
a. Quantity: 1no
b. Approximate Size: 6000mm wide x 1735mm deep x500 high.
c. Description: Suspended wall-type stainless steel ventilation canopy with
make-up air compensation zone and induction flow, for use over cooking
equipment mounted against wall. To be water wash type and daily hot water
and detergent wash cycle. Canopy to be designed to remove heat, grease,
combustion gases and odor from the cooking equipment without the use of
filters
d. Features: To be supplied with and incorporate:
1) Mounting Height: Mounted approximately 2100mm above finished
floor level.
2) Vertical Infill Panels: Supplied with:
a) 300mm high stainless steel vertical infill panels that match
the adjacent panels so that the entire assembly is fitted to
rise 50mm above the suspended ceiling, which will be
mounted at 3000mm above floor level.
b) A 250mm wide x 950mm high stainless steel infill panel to
the facing right hand end section where there is no
interface with a services riser.

© 01 International W.L.L Ventilation Canopies


11425-18
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3) Horizontal Infill Panels: Supplied complete with a 250mm deep


stainless steel vertical infill panel that matches the adjacent panels
so that the entire assembly is fitted to the rear wall and extends to
the rear over the services distribution spine.
4) Mounting Fittings: Canopy to be suspended via hangers fitted to a
P1000 Unistrut system, supplied and fitted complete in this contract.
5) Filters: Full width active section, with full-length high-velocity
single-side stainless steel slot-type extraction baffles suitable for
‘wash’ application. To be designed to have 99% grease removal
efficiency.
6) Light Fittings: Fitted with 3no recessed vapor-proof fluorescent
light fittings with electronic starting switches, each having double
1220mm long tubes and being capable of effecting a lighting level
of 500 Lux at work surface height. To be pre-wired to a single
connection point, for connection to the main kitchen lighting system
by the Electrical Sub-contractor.
7) Enclosed Drainage Panels: To have enclosed stainless steel gutter
panels running along the base of the extract filter bank to enclose all
drainage pipe work, which is to run in these panels to the services
riser duct sections and to provide an architecturally ‘clean’
appearance
e. Manufacturing Detail: To be CE approved. To incorporate high-efficiency
grease filtration using UL and NSF classified filters. To be constructed in
accordance with the following details:
1) Canopy: To be constructed from 16g 1.5mm thick grade 304 satin-
finish stainless steel with a 50 x 25mm condense channel around the
perimeter which has a 25mm high lip turned at 60O for ease of
cleaning. All joints and seams shall be welded and/or liquid tight.
Removable stainless steel grease collecting drawers shall be
provided within the apron of the filter housing. The canopy shall be
provided complete with an exhaust air volume control damper to
allow the system to be balanced. All dampers shall be accessible
through the filter ‘pods’.
2) Exhaust Air Volume Control Dampers: The canopy shall be
supplied complete with a fixed position exhaust air volume control
dampers to allow the system to be balanced. The dampers shall be
located at the duct collars. The dampers shall be accessible through
the filters.
3) Exhaust and Supply Air Duct Spigots: To be stainless steel, all-
welded, with 25mm connection flanges. All exposed welds are to be
welded and/or liquid tight. All exposed welds are to be ground and
polished to the original finish of the metal.
4) Baffles: Slot-type high-velocity baffles/intake slot and baffle
housing to be fabricated from 1.2mm thick grade 304 satin finish
stainless steel (finish No4), in all welded construction and running
the length of the canopy. The internal housing for hot and cold
water pipes is to be heavy duty stainless steel, with spray nozzles
being machined brass for hot water wash and stainless steel for cold
water mist. The baffles are to be in removable modules that are
capable of being soaked in a sink or cleaned in a dishwasher
without corrosion or rusting.
5) Automatic Wash-Down System: The canopy shall be installed to
include a full length wash manifold equipped with two rows of
brass spray nozzles. When the wash cycle is initiated the exhaust
fan is to be connected to shut off and the damper shall close forward
to seal off the air inlet slot exposing the entire grease gutter to the
wash sprays.

© 01 International W.L.L Ventilation Canopies


11425-19
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6) At the conclusion of the wash cycle the damper shall remain closed,
in the ‘System off’ position, preventing conditioned air from
escaping the occupied space via thermal draughts, and then re-open
when the exhaust fan is started. All controls and components are to
be housed in the canopy control cabinet.
7) Make-up Air: The canopy shall incorporate full-length integral fully
insulated make-up-air plenums inside the vertical and horizontal
front face, parallel to the filters. To be internally lined with 25mm
thick insulation and fitted with removable stainless steel perforated
plate diffusers in the outer face and internal induction flow.
8) Hanging Brackets/Rods: Welded hanging cleats shall be fitted to the
canopy in each corner section, for ceiling mounted installation.
They are to be pre-drilled to accept M10 diameter drop rods. The
Catering Equipment Contractor shall supply and fit all hanging rods
required in association with the canopy; they shall be 13mm
diameter with double nuts and threaded 102mm minimum for
vertical adjustment.
9) Lights: The canopy shall be fitted with 3no 1220mm long recessed
vapour proof fluorescent luminaires that are recessed into the
ceiling of the canopy and have twin fluorescent tubes. The light
fittings are to be fitted with toughened glass lenses. The entire
assembly is to be manufactured to IP65 and in accordance with the
latest edition of the IEE regulations.
10) Enclosed Drainage Panels: To have enclosed stainless steel panels
running along the base of the extract filter apron that is to conceal a
sloped gutter and all drainage pipework/fittings. The drainage
pipework is to run in this panel to the services riser duct sections to
provide a clean appearance. The panels are to be integrated with the
framing and filter bank structure. The gutter is to have a 25mm
slope to the drain opening.
f. Fire Protection System: The filter ‘pod’ shall be equipped with a UL/ULC
listed self-closing, spring-loaded fire damper assembly that shall be activated
by a listed fusible link, rated at 141OC. The system shall be activated by
thermostat(s) located at the duct collars. When the temperature of the exhaust
air reaches the set point the fire damper shall automatically close the
direction of the exhaust air flow, sealing against the back wall of the canopy
and acting as a barrier to prevent flames from entering the extraction
chamber and the duct system. The exhaust and make-up air systems shall be
shut off and the water wash system shall be initiated to operate acting as a
deterrent to fire in the plenum and the exhaust ductwork. In addition the
internal water sprays shall continuously bathe the fire damper to eliminate
warping of the damper during severe fire conditions. The water sprays shall
remain on until the thermostat temperature drops below its set point, then
stay on for a 2-minute cool down. During the cool down cycle the damper
shall open and upon completion the water sprays shall shut off and the
exhaust fan re-start.
g. Water Wash Control Panel: The associated water-wash control panel shall be
mounted within the facing left hand services distribution riser column. With
the plumbing and electrical elements in separate compartments. The canopy
shall be programmed for a cleaning programme to automatically activate, to
properly clean all internal surfaces. To be programmed to cycle is sequence
with the other canopies in the basement kitchen so as to not compromise the
hot water supply. The panel is to be capable of controlling and connected to:
1) Operation of the bakery exhaust/supply air fans. The Specialist
Ventilation Canopy and Services Distribution Riser Package
Contractor shall install and connect interconnect wiring to the fans
such that the operation of the fans shall be shut down when the
wash cycle is in operation.

© 01 International W.L.L Ventilation Canopies


11425-20
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2) Cold water supply to the bakery canopy.


3) Automatic wash-down cycle with adjustable wash timer and low
detergent alarm.
h. The control panel shall be connected to provide automatic operation of the
exhaust and supply air fans in addition to the cold water and wash cycles of
the ventilators. The control panel shall be connected to provide a selector
switch with individual run, wash indicator pilot lights and ‘hand/off/auto’
audible alarm.
i. The panel shall contain and be connected to all services to ensure the correct
operation of the canopy and the wash cycle. It shall include hand shut-off
valves, hot and cold water solenoid valves (to regulate the water pressure to
the canopy), detergent pump, wash timer, wash time delay, low detergent
alarm, and hot and cold water pressure reducing valves complete with line
strainers and check valves.
j. The panel shall have the facility to be electrically interlinked with the fire
alarm system (connection by the Electrical Services Contractor) and, in the
case of fire, to initiate the wash cycle. It shall be of stainless steel
construction, fully integrated with the Ansul cabinet adjacent and be factory
wired and tested, ready for mechanical and electrical circuit connections.
k. Water Services: To be suitable for a 15mm incoming cold water supply and a
28mm incoming hot water supply. All pipework from the control panel to the
canopy is to be by the Specialist Ventilation Canopy and Services
Distribution Riser Package Contractor.
l. Electrical Services: To be suitable for operation from a 240volt 13amp
single-phase electrical supply.
m. Water Services: The Specialist Ventilation Canopy and Services Distribution
Riser Package Contractor shall plumb hot and cold-water services from the
control panel to the canopy. The canopy shall be plumbed with 15mm hot
and cold water connections.
n. Drainage: The drains from the canopy are to be in stainless steel. The drains
are is to be routed within the services riser voids. They shall be equipped
with a pre-flush line to purge the drain during a wash cycle.
o. Installation: The canopy and all associated services are to be installed by the
Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor. The canopy is to be installed level and plumb. All junctures at
the interface with adjacent builders work are to be fully sealed.
p. Other: The Specialist Ventilation Canopy and Services Distribution Riser
Package Contractor is to install all water services and Ansul pipe work
between the control panel and the ventilation canopy. A detailed working
drawing is to be supplied for review and authorization prior to manufacture.
q. The item is:
1) To be fully co-ordinated with the equipment proposed to be located
under and adjacent builders work walls to ensure that their juncture
does not compromise detailing to either the canopy or the services
installation.
2) To be supplied complete with 3no 4-litre containers of detergent.
r. Serviceable Period: 2-year parts and labor.
s. Model: Gaylord or Halton or Luis Capedvila or equal and approved
2. ITEM 12.04: Exhaust Hood Automatic Water Wash System and Control Panel (Refer
to specifications in item # 12.03)

© 01 International W.L.L Ventilation Canopies


11425-21
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. ITEM 12.05: Exhaust Hood Fire Suppression System


a. Quantity: 1no
b. Description: Suitably sized Ansul R102 liquid agent surface fire suppression
system provided for use in association with the ventilation canopy in the
Bakery associated with the wall cooking suite. The control panel and
canisters for the system shall be mounted within a specially manufactured
cupboard integrated with the services distribution spine located adjacent
directly under ventilation canopy 24.22 to the facing left end.
c. Features: The fire suppression system shall incorporate the following:
1) Nozzle protection over:
2) 1no Pair of Electrically Heated 20L Tilting Kettles on Stand
3) 1no Electrically Heated 2-Ring Boiling Table on Mobile Stand
4) The nozzles are to be located as high as possible above the
appliances, within the parameters set by Ansul.
5) Control cabinet.
6) Fuse link detection.
7) Fuel shut-off facility.
8) Manual remote pull station.
9) Stainless steel pipe work where visible.
d. Electrical interlinks between the fire suppression system, the electrical
isolator, the main fire alarm system and the BMS will be carried out by
others.
e. Component Features: System Activation: The system is to be capable of
being activated either manually or automatically in the event of a fire.
Thermal fusible links, calibrated for varying temperatures, are to be
strategically located in the extract air path above the cooking equipment that
is to be protected. The system is to also be capable of being activated
manually by a remotely located pull station positioned on the face of the wall
adjacent to the door on the exit to the adjacent service area.
f. Power Shut-off: When the fire suppression system is activated the mains
energy supply (electricity) shall be immediately automatically shut-off and
isolated. Electrical interlinks between the fire suppression system, the
electrical isolator, the main fire alarm system and the BMS will be carried
out by others.
g. Component Features (Chemical Agent): The chemical agent that is stored
within the system is to be released along the run of pipe work and be
discharged at high velocity through spray nozzles toward the appliances that
require protection. When the extinguishing agent comes into contact with the
cooking surface, a foam is to be formed which that will suppress the
combustible vapors and prevent the fire from restarting.
h. Control Panel/Cupboard: The control panel and canisters for the system shall
be mounted within a specially designed stainless steel cupboard integrated
with the services distribution riser item 23.24 and located at high level
directly below the ventilation canopy item 23.22.
i. Installation: An approved fire suppression contractor capable of preparing
the design and obtaining equipment from a single source shall complete the
installation. All work must be carried out in accordance with the technical
manuals of the equipment manufacturer/supplier. Once the system has been
installed it shall be commissioned and tested in accordance with the
manufacturer’s recommendations.

© 01 International W.L.L Ventilation Canopies


11425-22
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

j. The release assembly mechanism shall be tested before the gas cartridge is
installed. Individual components, e.g. Pull station, mechanically or
electrically activated valves, electrical switches, pressure switches and the
detection system shall be fault-tested in-situ.
k. Installation: The nozzles are to be located as high as possible above the
appliance, within the parameters set by Ansul. A copy of the test certificate
and notification that the system has been activated shall be passed to the
Client prior to operation of the kitchen.
l. Model: Ansul: R102, or equal and approved
4. ITEM 12.16:
5. ITEM 12.25: Self Cleaning Exhaust Hood with Make-Up Air through Perforated
Front Panel (ISLAND TYPE)
a. Quantity: 1no
b. Approximate Size: 4400mm wide x 2980mm deep x 500mm high.
c. Description: Suspended double wall-type stainless steel ventilation canopy
with make-up air facility within an all stainless steel external finish housing,
for use over cooking equipment mounted in a back-to-back configuration and
with a central 250mm wide void section that is designed to be integrated with
the services riser ducts. To be suitable for island mounting. Each side is to
have two back-to back 2200mm wide and two back-to-back 1490mm wide
sections. Make-up air compensation zone and induction flow, To be water
wash type, daily hot water and detergent wash cycle. Canopy to be designed
to remove heat, grease, combustion gases and odor from the cooking
equipment without the use of filters
d. Features: To be supplied with and incorporate:
1) Mounting Height: Mounted approximately 2100mm above finished
floor level.
2) Vertical Infill Panels: Supplied with 300mm high stainless steel
vertical infill panels that match the adjacent panels so that the entire
assembly is fitted to rise 50mm above the suspended ceiling, which
will be mounted at 3000mm above floor level.
3) Horizontal Infill Panels: Supplied complete with a full length
central 250mm deep stainless steel vertical infill panel that extends
over the central services distribution spines and that matches the
adjacent panels so that the entire assembly is fitted on the underside
as a single unit.
4) Mounting Fittings: Canopy to be suspended via hangers fitted to a
P1000 Unistrut system, supplied and fitted complete in this contract.
5) Filters: full-length high-velocity single-side stainless steel slot-type
extraction baffles suitable for ‘wash’ application. To be designed to
have 99% grease removal efficiency.
6) Light Fittings: Fitted with 6no recessed vapour-proof fluorescent
light fittings with electronic starting switches, each having double
1830mm long tubes and being capable of effecting a lighting level
of 500 Lux at work surface height. To be pre-wired to a single
connection point, for connection to the main kitchen lighting system
by the Electrical Sub-contractor.
7) Enclosed Drainage Panels: To have enclosed stainless steel gutter
panels running along the base of the extract filter banks to enclose
all drainage pipework, which is to run in these panels to the services
riser duct sections and to provide an architecturally ‘clean’
appearance.

© 01 International W.L.L Ventilation Canopies


11425-23
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Manufacturing Detail: To be CE approved. To incorporate high-efficiency


grease filtration using UL and NSF classified filters. To be constructed in
accordance with the following details:
1) Canopy: To be constructed from 18g 1.2mm thick grade 304 satin-
finish stainless steel with a 50 x 25mm condense channel around the
perimeter which has a 25mm high lip turned at 60O for ease of
cleaning. All joints and seams shall be welded and/or liquid tight.
Removable stainless steel grease collecting drawers shall be
provided within the apron of the filter housing. The canopy shall be
provided complete with an exhaust air volume control damper to
allow the system to be balanced. All dampers shall be accessible
through the filter ‘pods’.
2) Exhaust Air Volume Control Dampers: The canopy shall be
supplied complete with a fixed position exhaust air volume control
dampers to allow the system to be balanced. The dampers shall be
located at the duct collars. The dampers shall be accessible through
the filters.
3) Exhaust and Supply Air Duct Spigots: To be stainless steel, all-
welded, with 25mm connection flanges. All exposed welds are to be
welded and/or liquid tight. All exposed welds are to be ground and
polished to the original finish of the metal.
4) Baffles: Slot-type high-velocity baffles/intake slot and baffle
housing to be fabricated from 1.2mm thick grade 304 satin finish
stainless steel (finish No4), in all welded construction and running
the length of the canopy. The internal housing for hot and cold
water pipes is to be heavy duty stainless steel, with spray nozzles
being machined brass for hot water wash and stainless steel for cold
water mist. The baffles are to be in removable modules that are
capable of being soaked in a sink or cleaned in a dishwasher
without corrosion or rusting.
5) Automatic Wash-Down System: The canopy shall be installed to
include a full length wash manifold equipped with two rows of
brass spray nozzles. When the wash cycle is initiated the exhaust
fan is to be connected to shut off and the damper shall close forward
to seal off the air inlet slot exposing the entire grease gutter to the
wash sprays. At the conclusion of the wash cycle the damper shall
remain closed, in the ‘System off’ position, preventing conditioned
air from escaping the occupied space via thermal draughts, and then
re-open when the exhaust fan is started. All controls and
components are to be housed in the canopy control cabinet.
6) Make-up Air: The canopy shall incorporate full-length integral fully
insulated make-up-air plenums inside the vertical and horizontal
front face, parallel to the filters. To be internally lined with 25mm
thick insulation and fitted with removable stainless steel perforated
plate diffusers in the outer face.
7) Hanging Brackets/Rods: Welded hanging cleats shall be fitted to the
canopy in each corner section, for ceiling mounted installation.
They are to be pre-drilled to accept M10 diameter drop rods. The
Catering Equipment Contractor shall supply and fit all hanging rods
required in association with the canopy; they shall be 13mm
diameter with double nuts and threaded 102mm minimum for
vertical adjustment.
8) Lights: The canopy shall be fitted with 6no 1830mm long recessed
vapour proof fluorescent luminaires that are recessed into the
ceiling of the canopy and have twin fluorescent tubes.

© 01 International W.L.L Ventilation Canopies


11425-24
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9) The light fittings are to be fitted with toughened glass lenses. The
entire assembly is to be manufactured to IP65 and in accordance
with the latest edition of the IEE regulations.
10) Enclosed Drainage Panels: To have enclosed stainless steel panels
running along the base of the extract filter apron that is to conceal a
sloped gutter and all drainage pipework/fittings. The drainage
pipework is to run in this panels to the services riser duct sections to
provide a clean appearance. The panels are to be integrated with the
framing and filter bank structure. The gutter is to have a 25mm
slope to the drain opening.
f. Fire Protection System: The filter ‘pod’ shall be equipped with a UL/ULC
listed self-closing, spring-loaded fire damper assembly that shall be activated
by a listed fusible link, rated at 141OC. The system shall be activated by
thermostat(s) located at the duct collars. When the temperature of the exhaust
air reaches the set point the fire damper shall automatically close the
direction of the exhaust air flow, sealing against the back wall of the canopy
and acting as a barrier to prevent flames from entering the extraction
chamber and the duct system. The exhaust and make-up air systems shall be
shut off and the water wash system shall be initiated to operate acting as a
deterrent to fire in the plenum and the exhaust ductwork. In addition the
internal water sprays shall continuously bathe the fire damper to eliminate
warping of the damper during severe fire conditions. The water sprays shall
remain on until the thermostat temperature drops below its set point, then
stay on for a 2-minute cool down. During the cool down cycle the damper
shall open and upon completion the water sprays shall shut off and the
exhaust fan re-start.
g. Water Wash Control Panel: The associated water-wash control panel shall be
combined with that for item 32.04 and be mounted within the facing right
hand services distribution riser column associated with item 32.05. With the
plumbing and electrical elements in separate compartments. The canopy
shall be programmed for a cleaning programme to automatically activate, to
properly clean all internal surfaces. To be programmed to cycle is sequence
with the other canopies in the basement kitchen so as to not compromise the
hot water supply. The panel is to be capable of controlling and connected to:
1) Operation of the hot kitchen exhaust/supply air fans. The Specialist
Ventilation Canopy and Services Distribution Riser Package
Contractor shall install and connect interconnect wiring to the fans
such that the operation of the fans shall be shut down when the
wash cycle is in operation.
2) Cold water supply to the canopy.
3) Automatic wash-down cycle with adjustable wash timer and low
detergent alarm.
h. The control panel shall be connected to provide automatic operation of the
exhaust and supply air fans in addition to the cold water and wash cycles of
the ventilators.
i. The control panel shall be connected to provide a selector switch with
individual run, wash indicator pilot lights and ‘hand/off/auto’ audible alarm.
j. The panel shall contain and be connected to all services to ensure the correct
operation of the canopy and the wash cycle.
k. It shall include hand shut-off valves, hot and cold water solenoid valves (to
regulate the water pressure to the canopy), detergent pump, wash timer, wash
time delay, low detergent alarm, and hot and cold water pressure reducing
valves complete with line strainers and check valves.

© 01 International W.L.L Ventilation Canopies


11425-25
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

l. The panel shall have the facility to be electrically interlinked with the fire
alarm system (connection by the Electrical Services Contractor) and, in the
case of fire, to initiate the wash cycle. It shall be of stainless steel
construction, fully integrated with the Ansul cabinet adjacent and be factory
wired and tested, ready for mechanical and electrical circuit connections.
m. Water Services: To be suitable for a 15mm incoming cold water supply and a
28mm incoming hot water supply. All pipe work from the control panel to
the canopy is to be by the Specialist Ventilation Canopy and Services
Distribution Riser Package Contractor.
n. Electrical Services: To be suitable for operation from a 240volt 13amp
single-phase electrical supply.
o. Water Services: The Specialist Ventilation Canopy and Services Distribution
Riser Package Contractor shall plumb hot and cold-water services from the
control panel to the canopy. The canopy shall be plumbed with 15mm hot
and cold water connections.
p. Drainage: The drains from the canopy are to be in stainless steel. The drains
are is to be routed within the services riser voids. They shall be equipped
with a pre-flush line to purge the drain during a wash cycle.
q. Installation: The canopy and all associated services are to be installed by the
Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor. The canopy is to be installed level and plumb. All junctures at
the interface with adjacent builders work are to be fully sealed.
r. Other: The Food Service Equipment Contractor is to install all water services
and Ansul pipe work between the control panel and the ventilation canopies.
A detailed working drawing is to be supplied for review and authorization
prior to manufacture.
s. The item is:
1) To be fully co-ordinated with the equipment proposed to be located
under to ensure that their juncture does not compromise detailing to
either the canopy or the services installation.
2) To be supplied complete with 3no 4-litre containers of detergent.
t. Serviceable Period: 2-year parts and labour.
u. Model: Gaylord or Halton or Luis Capdevila or equal and approved
6. ITEM 12.17
7. ITEM 12.26: Exhaust Hood Automatic Water Wash System and Control Panel (Refer
to specifications in item # 12.16 and 12.26)
8. ITEM 12.18:
9. ITEM12.27: Exhaust Hood Fire Suppression System
a. Quantity: 1no
b. Description: Suitably sized Ansul R102 liquid agent surface fire suppression
system provided for use in association with the ventilation canopy in the
Bakery associated with the wall cooking suite. The control panel and
canisters for the system shall be mounted within a specially manufactured
cupboard integrated with the services distribution spine located adjacent
directly under ventilation canopy 24.22 to the facing left end.
c. Features: The fire suppression system shall incorporate the following:
1) Nozzle protection over:
2) 1no Pair of Electrically Heated 20L Tilting Kettles on Stand

© 01 International W.L.L Ventilation Canopies


11425-26
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3) 1no Electrically Heated 2-Ring Boiling Table on Mobile Stand


4) The nozzles are to be located as high as possible above the
appliances, within the parameters set by Ansul.
5) Control cabinet.
6) Fuse link detection.
7) Fuel shut-off facility.
8) Manual remote pull station.
9) Stainless steel pipe work where visible.
d. Electrical interlinks between the fire suppression system, the electrical
isolator, the main fire alarm system and the BMS will be carried out by
others.
e. Component Features: System Activation: The system is to be capable of
being activated either manually or automatically in the event of a fire.
Thermal fusible links, calibrated for varying temperatures, are to be
strategically located in the extract air path above the cooking equipment that
is to be protected. The system is to also be capable of being activated
manually by a remotely located pull station positioned on the face of the wall
adjacent to the door on the exit to the adjacent service area.
f. Power Shut-off: When the fire suppression system is activated the mains
energy supply (electricity) shall be immediately automatically shut-off and
isolated. Electrical interlinks between the fire suppression system, the
electrical isolator, the main fire alarm system and the BMS will be carried
out by others.
g. Component Features (Chemical Agent): The chemical agent that is stored
within the system is to be released along the run of pipe work and be
discharged at high velocity through spray nozzles toward the appliances that
require protection. When the extinguishing agent comes into contact with the
cooking surface, a foam is to be formed which that will suppress the
combustible vapors and prevent the fire from restarting.
h. Control Panel/Cupboard: The control panel and canisters for the system shall
be mounted within a specially designed stainless steel cupboard integrated
with the services distribution riser item 23.24 and located at high level
directly below the ventilation canopy item 23.22.
i. Installation: An approved fire suppression contractor capable of preparing
the design and obtaining equipment from a single source shall complete the
installation. All work must be carried out in accordance with the technical
manuals of the equipment manufacturer/supplier. Once the system has been
installed it shall be commissioned and tested in accordance with the
manufacturer’s recommendations.
j. The release assembly mechanism shall be tested before the gas cartridge is
installed. Individual components, e.g. Pull station, mechanically or
electrically activated valves, electrical switches, pressure switches and the
detection system shall be fault-tested in-situ.
k. Installation: The nozzles are to be located as high as possible above the
appliance, within the parameters set by Ansul. A copy of the test certificate
and notification that the system has been activated shall be passed to the
Client prior to operation of the kitchen.
l. Model: Ansul: R102, or equal and approved

© 01 International W.L.L Ventilation Canopies


11425-27
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. DIET KITCHEN
1. ITEM 14.30: WALL TYPE SELF CLEANING EXHAUST HOOD W/ MAKE-UP
AIR INTERNALLY & EXTERNALLY
a. Quantity: 1no
b. Approximate Size: 4250mm wide x 1500mm deep x500 high.
c. Description: Suspended wall-type stainless steel ventilation canopy with
make-up air compensation zone and induction flow, for use over cooking
equipment mounted against wall. To be water wash type and daily hot water
and detergent wash cycle. Canopy to be designed to remove heat, grease,
combustion gases and odor from the cooking equipment without the use of
filters
d. Features: To be supplied with and incorporate:
1) Mounting Height: Mounted approximately 2100mm above finished
floor level.
2) Vertical Infill Panels: Supplied with:
 300mm high stainless steel vertical infill panels that match
the adjacent panels so that the entire assembly is fitted to
rise 50mm above the suspended ceiling, which will be
mounted at 3000mm above floor level.
 A 250mm wide x 950mm high stainless steel infill panel to
the facing right hand end section where there is no
interface with a services riser.
3) Horizontal Infill Panels: Supplied complete with a 250mm deep
stainless steel vertical infill panel that matches the adjacent panels
so that the entire assembly is fitted to the rear wall and extends to
the rear over the services distribution spine.
4) Mounting Fittings: Canopy to be suspended via hangers fitted to a
P1000 Unistrut system, supplied and fitted complete in this contract.
5) Filters: Full width active section, with full-length high-velocity
single-side stainless steel slot-type extraction baffles suitable for
‘wash’ application. To be designed to have 99% grease removal
efficiency.
6) Light Fittings: Fitted with 3no recessed vapor-proof fluorescent
light fittings with electronic starting switches, each having double
1220mm long tubes and being capable of effecting a lighting level
of 500 Lux at work surface height. To be pre-wired to a single
connection point, for connection to the main kitchen lighting system
by the Electrical Sub-contractor.
7) Enclosed Drainage Panels: To have enclosed stainless steel gutter
panels running along the base of the extract filter bank to enclose all
drainage pipe work, which is to run in these panels to the services
riser duct sections and to provide an architecturally ‘clean’
appearance
e. Manufacturing Detail: To be CE approved. To incorporate high-efficiency
grease filtration using UL and NSF classified filters. To be constructed in
accordance with the following details:

© 01 International W.L.L Ventilation Canopies


11425-28
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1) Canopy: To be constructed from 16g 1.5mm thick grade 304 satin-


finish stainless steel with a 50 x 25mm condense channel around the
perimeter which has a 25mm high lip turned at 60O for ease of
cleaning. All joints and seams shall be welded and/or liquid tight.
Removable stainless steel grease collecting drawers shall be
provided within the apron of the filter housing. The canopy shall be
provided complete with an exhaust air volume control damper to
allow the system to be balanced. All dampers shall be accessible
through the filter ‘pods’.
2) Exhaust Air Volume Control Dampers: The canopy shall be
supplied complete with a fixed position exhaust air volume control
dampers to allow the system to be balanced. The dampers shall be
located at the duct collars. The dampers shall be accessible through
the filters.
3) Exhaust and Supply Air Duct Spigots: To be stainless steel, all-
welded, with 25mm connection flanges. All exposed welds are to be
welded and/or liquid tight. All exposed welds are to be ground and
polished to the original finish of the metal.
4) Baffles: Slot-type high-velocity baffles/intake slot and baffle
housing to be fabricated from 1.2mm thick grade 304 satin finish
stainless steel (finish No4), in all welded construction and running
the length of the canopy. The internal housing for hot and cold
water pipes is to be heavy duty stainless steel, with spray nozzles
being machined brass for hot water wash and stainless steel for cold
water mist. The baffles are to be in removable modules that are
capable of being soaked in a sink or cleaned in a dishwasher
without corrosion or rusting.
5) Automatic Wash-Down System: The canopy shall be installed to
include a full length wash manifold equipped with two rows of
brass spray nozzles. When the wash cycle is initiated the exhaust
fan is to be connected to shut off and the damper shall close forward
to seal off the air inlet slot exposing the entire grease gutter to the
wash sprays. At the conclusion of the wash cycle the damper shall
remain closed, in the ‘System off’ position, preventing conditioned
air from escaping the occupied space via thermal draughts, and then
re-open when the exhaust fan is started. All controls and
components are to be housed in the canopy control cabinet.
6) Make-up Air: The canopy shall incorporate full-length integral fully
insulated make-up-air plenums inside the vertical and horizontal
front face, parallel to the filters. To be internally lined with 25mm
thick insulation and fitted with removable stainless steel perforated
plate diffusers in the outer face and internal induction flow.
7) Hanging Brackets/Rods: Welded hanging cleats shall be fitted to the
canopy in each corner section, for ceiling mounted installation.
They are to be pre-drilled to accept M10 diameter drop rods. The
Catering Equipment Contractor shall supply and fit all hanging rods
required in association with the canopy; they shall be 13mm
diameter with double nuts and threaded 102mm minimum for
vertical adjustment.
8) Lights: The canopy shall be fitted with 3no 1220mm long recessed
vapour proof fluorescent luminaires that are recessed into the
ceiling of the canopy and have twin fluorescent tubes. The light
fittings are to be fitted with toughened glass lenses. The entire
assembly is to be manufactured to IP65 and in accordance with the
latest edition of the IEE regulations.

© 01 International W.L.L Ventilation Canopies


11425-29
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9) Enclosed Drainage Panels: To have enclosed stainless steel panels


running along the base of the extract filter apron that is to conceal a
sloped gutter and all drainage pipework/fittings. The drainage
pipework is to run in this panel to the services riser duct sections to
provide a clean appearance. The panels are to be integrated with the
framing and filter bank structure. The gutter is to have a 25mm
slope to the drain opening.
f. Fire Protection System: The filter ‘pod’ shall be equipped with a UL/ULC
listed self-closing, spring-loaded fire damper assembly that shall be activated
by a listed fusible link, rated at 141OC. The system shall be activated by
thermostat(s) located at the duct collars. When the temperature of the exhaust
air reaches the set point the fire damper shall automatically close the
direction of the exhaust air flow, sealing against the back wall of the canopy
and acting as a barrier to prevent flames from entering the extraction
chamber and the duct system. The exhaust and make-up air systems shall be
shut off and the water wash system shall be initiated to operate acting as a
deterrent to fire in the plenum and the exhaust ductwork. In addition the
internal water sprays shall continuously bathe the fire damper to eliminate
warping of the damper during severe fire conditions. The water sprays shall
remain on until the thermostat temperature drops below its set point, then
stay on for a 2-minute cool down. During the cool down cycle the damper
shall open and upon completion the water sprays shall shut off and the
exhaust fan re-start.
g. Water Wash Control Panel: The associated water-wash control panel shall be
mounted within the facing left hand services distribution riser column. With
the plumbing and electrical elements in separate compartments. The canopy
shall be programmed for a cleaning programme to automatically activate, to
properly clean all internal surfaces. To be programmed to cycle is sequence
with the other canopies in the basement kitchen so as to not compromise the
hot water supply. The panel is to be capable of controlling and connected to:
1) Operation of the bakery exhaust/supply air fans. The Specialist
Ventilation Canopy and Services Distribution Riser Package
Contractor shall install and connect interconnect wiring to the fans
such that the operation of the fans shall be shut down when the
wash cycle is in operation.
2) Cold water supply to the bakery canopy.
3) Automatic wash-down cycle with adjustable wash timer and low
detergent alarm.
h. The control panel shall be connected to provide automatic operation of the
exhaust and supply air fans in addition to the cold water and wash cycles of
the ventilators. The control panel shall be connected to provide a selector
switch with individual run, wash indicator pilot lights and ‘hand/off/auto’
audible alarm.
i. The panel shall contain and be connected to all services to ensure the correct
operation of the canopy and the wash cycle. It shall include hand shut-off
valves, hot and cold water solenoid valves (to regulate the water pressure to
the canopy), detergent pump, wash timer, wash time delay, low detergent
alarm, and hot and cold water pressure reducing valves complete with line
strainers and check valves.
j. The panel shall have the facility to be electrically interlinked with the fire
alarm system (connection by the Electrical Services Contractor) and, in the
case of fire, to initiate the wash cycle. It shall be of stainless steel
construction, fully integrated with the Ansul cabinet adjacent and be factory
wired and tested, ready for mechanical and electrical circuit connections.

© 01 International W.L.L Ventilation Canopies


11425-30
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

k. Water Services: To be suitable for a 15mm incoming cold water supply and a
28mm incoming hot water supply. All pipework from the control panel to the
canopy is to be by the Specialist Ventilation Canopy and Services
Distribution Riser Package Contractor.
l. Electrical Services: To be suitable for operation from a 240volt 13amp
single-phase electrical supply.
m. Water Services: The Specialist Ventilation Canopy and Services Distribution
Riser Package Contractor shall plumb hot and cold-water services from the
control panel to the canopy. The canopy shall be plumbed with 15mm hot
and cold water connections.
n. Drainage: The drains from the canopy are to be in stainless steel. The drains
are is to be routed within the services riser voids. They shall be equipped
with a pre-flush line to purge the drain during a wash cycle.
o. Installation: The canopy and all associated services are to be installed by the
Specialist Ventilation Canopy and Services Distribution Riser Package
Contractor. The canopy is to be installed level and plumb. All junctures at
the interface with adjacent builders work are to be fully sealed.
p. Other: The Specialist Ventilation Canopy and Services Distribution Riser
Package Contractor is to install all water services and Ansul pipe work
between the control panel and the ventilation canopy. A detailed working
drawing is to be supplied for review and authorization prior to manufacture.
q. The item is:
1) To be fully co-ordinated with the equipment proposed to be located
under and adjacent builders work walls to ensure that their juncture
does not compromise detailing to either the canopy or the services
installation.
2) To be supplied complete with 3no 4-litre containers of detergent.
r. Serviceable Period: 2-year parts and labor.
s. Model: Gaylord or Halton or Luis Capedvila or equal and approved
2. ITEM 14.31: Exhaust Hood Automatic Water Wash System and Control Panel (Refer
to specifications in item # 14.30)
3. ITEM 14.32: Exhaust Hood Fire Suppression System
a. Quantity: 1no
b. Description: Suitably sized Ansul R102 liquid agent surface fire suppression
system provided for use in association with the ventilation canopy in the
Bakery associated with the wall cooking suite. The control panel and
canisters for the system shall be mounted within a specially manufactured
cupboard integrated with the services distribution spine located adjacent
directly under ventilation canopy 24.22 to the facing left end.
c. Features: The fire suppression system shall incorporate the following:
1) Nozzle protection over:
2) 1no Pair of Electrically Heated 20L Tilting Kettles on Stand
3) 1no Electrically Heated 2-Ring Boiling Table on Mobile Stand
d. The nozzles are to be located as high as possible above the appliances, within
the parameters set by Ansul.
1) Control cabinet.
2) Fuse link detection.

© 01 International W.L.L Ventilation Canopies


11425-31
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3) Fuel shut-off facility.


4) Manual remote pull station.
5) Stainless steel pipe work where visible.
e. Electrical interlinks between the fire suppression system, the electrical
isolator, the main fire alarm system and the BMS will be carried out by
others.
f. Component Features: System Activation: The system is to be capable of
being activated either manually or automatically in the event of a fire.
Thermal fusible links, calibrated for varying temperatures, are to be
strategically located in the extract air path above the cooking equipment that
is to be protected. The system is to also be capable of being activated
manually by a remotely located pull station positioned on the face of the wall
adjacent to the door on the exit to the adjacent service area.
g. Power Shut-off: When the fire suppression system is activated the mains
energy supply (electricity) shall be immediately automatically shut-off and
isolated. Electrical interlinks between the fire suppression system, the
electrical isolator, the main fire alarm system and the BMS will be carried
out by others.
h. Component Features (Chemical Agent): The chemical agent that is stored
within the system is to be released along the run of pipe work and be
discharged at high velocity through spray nozzles toward the appliances that
require protection. When the extinguishing agent comes into contact with the
cooking surface, a foam is to be formed which that will suppress the
combustible vapors and prevent the fire from restarting.
i. Control Panel/Cupboard: The control panel and canisters for the system shall
be mounted within a specially designed stainless steel cupboard integrated
with the services distribution riser item 23.24 and located at high level
directly below the ventilation canopy item 23.22.
j. Installation: An approved fire suppression contractor capable of preparing
the design and obtaining equipment from a single source shall complete the
installation. All work must be carried out in accordance with the technical
manuals of the equipment manufacturer/supplier. Once the system has been
installed it shall be commissioned and tested in accordance with the
manufacturer’s recommendations.
k. The release assembly mechanism shall be tested before the gas cartridge is
installed. Individual components, e.g. Pull station, mechanically or
electrically activated valves, electrical switches, pressure switches and the
detection system shall be fault-tested in-situ.
l. Installation: The nozzles are to be located as high as possible above the
appliance, within the parameters set by Ansul.
m. A copy of the test certificate and notification that the system has been
activated shall be passed to the Client prior to operation of the kitchen.
n. Model: Ansul: R102, or equal and approved
C. POT WASH AREA
1. ITEM-16.12: Stainless Steel Vapor Exhaust hood
a. Quantity: 1no
b. Approximate Size: 2000mm wide x 1700mm deep x 500mm high.
c. Description: Suspended wall-type condense-type ventilation canopy within
all stainless steel external finish housing.
d. Features: To be mounted over the utensil wash machine and located with the
front face approximately 2100mm above finished floor level. Incorporating:

© 01 International W.L.L Ventilation Canopies


11425-32
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1) Mounting Height: Mounted above the Pot wash machine, fitted with
300mm high infill panel and rising 50mm above the suspended
ceiling, which will be at 3000mm above floor level.
2) Vertical Infill Panels: Supplied with
 300mm high stainless steel vertical infill panels that match
the adjacent panels so that the entire assembly is fitted to
rise 50mm above the suspended ceiling, which will be
mounted at 3000mm above floor level.
 Infill panels to the rear to be fitted between the rear of the
canopy and the rear wall, dimensions to suit site
conditions.
3) Horizontal Infill Panels: Supplied complete with a stainless steel
vertical infill panel that matches the adjacent panels so that the
entire assembly is fitted to the rear wall and extends to the rear
adjacent to the column.
4) Construction: Canopy to be of all-welded construction, suspended
via hangers fitted to a P1000 Unistrut system supplied and fitted
complete by the Catering Equipment Contractor.
5) Extract Grille: With aluminum egg crate type extract grille with
opposed blade damper inside the extract spigot.
6) Light Fitting: Fitted with 1no recessed vapour-proof fluorescent
light fitting with electronic starting switches, each having double
1520mm long tubes and being capable of effecting a lighting level
of 500 Lux at work surface height. Pre-wired to a single connection
point, for connection to the main kitchen lighting system by the
Electrical Sub-contractor.
e. Construction: To be CE approved. Incorporating:
1) Canopy: Constructed from 16g 1.5mm thick grade 304 satin-finish
stainless steel with a 50 x 25mm condense channel around the
perimeter that has a 25mm high lip turned at 60O for ease of
cleaning. All joints and seams shall be welded and/or liquid tight.
2) Hanging Brackets/Rods: Welded-hanging cleats shall be fitted to
the canopy in each corner section, for ceiling mounted installation.
They are to be pre-drilled to accept M10 diameter drop rods. The
Catering Equipment Contractor shall supply and fit all hanging rods
required in association with the canopy; they shall be 13mm
diameter with double nuts and threaded 102mm minimum for
vertical adjustment.
f. Other: A detailed working drawing is to be supplied for review. Allowance
should be made for installation of the item in advance of the catering
equipment installation.
g. Model: Gaylord: Condense Extract Ventilator, or Halton: Condense Canopy,
or Luis Capedvila or equal and approved

END OF SECTION

© 01 International W.L.L Ventilation Canopies


11425-33
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11460
KITCHEN CABINETS

PART 1 - GENERAL
1.01 SUMMARY
A. Provide labor, materials, equipment and services for installation of kitchen modular units, and
related work as indicated on the drawings and specified herein.
B. Work Included: The work of this section shall include, but not be limited to, the following:
1. Floor and Wall mounted Cabinets, Including shelving and accessories.
2. Counter Top.
3. Accessories for Kitchen modular units: Kitchen Sink
C. Coordinate the following Works with other trades
1. Architectural Finishes
2. Installation and connection of Electrical Service Fixtures and Fittings
3. Installation and connection of Mechanical Service Fixtures and Fittings
1.02 QUALITY ASSURANCE
A. Kitchen cabinets specified herein shall be new factory shipped models. Floor and showroom
models are prohibited.
1.03 SUBMITTALS
A. Product Data: Copies of manufacturer's latest published literature specified herein shall be
submitted for approval, and approval obtained before kitchen cabinets are delivered to the site.
1.04 DELIVERY, STORAGE AND HANDLING
A. Deliver kitchen cabinets specified herein in manufacturer's unopened containers, labeled with
manufacturer's name and point of origin. Stack in accordance with manufactures instructions.
B. Store kitchen cabinets off the floor in a dry climate controlled environment.

PART 2 - PRODUCTS
2.01 FLOOR AND WALL MOUNTED CABINETS: Cabinets including shelving and accessories
A. Manufacturer / supplier
1. Al Turki Enterprises LLC (Carpentry Division), Ghala, P.C.: 112, P.O. Box: 2803,
Tel: 24590140, Fax: 24594112
2. Teejan Furnishing LLC, http://www.teejanfurnishing.com/
3. Mohsin Haider Darwish LLC, www.mhdoman.com
4. Bahwan Furnishing / Arabian Caravans, Furnishing Co LLC, Rusayl Industrial Estate,
Road No 2, Muscat, P.C.: 100, P.O. Box: 169, Tel : 99246685, Fax: 24446820
5. Al-Halabi Refrigeration and Kitchen Equipment LLC. Tel: 00968-24614183, Fax:
00968-24614182. P.O. Box: 1791, Code130, Muscat, Oman. http://www.al-
halabi.com/
6. Or Contractor shall propose three names for Engineer’s approval.

© 01 International W.L.L Kitchen Cabinets


11460-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Melamine laminated chipboard Kitchen base and top cabinet types: (Refer to Drawings for
Kitchen Details)
1. Base Cabinets
a. Cabinets comprising 16 mm thick Melamine laminated chipboard (Particle
board) flush panel sides, top, bottom, 18 mm Thick common vertical
divisions, shelves and 4 mm thick veneered finish back.
b. 18mm thick particle board cabinets with medium density fiberboard (MDF)
melamine laminated doors and front, with plastic corner braces stapled into
sides and frame, and 16mm white laminated particle board adjustable shelves
with edge banding, and white dual locking shelf clips and white laminated
back, and aluminum laminated board bottom.
c. Provide solid wood brace for cabinets larger than 750mm. Lamination color
and pattern as approved by the engineer.
2. Top Cabinets
a. Cabinets comprising 16 mm thick Melamine laminated chipboard (Particle
board) flush panel sides, top, bottom, 18 mm Thick common vertical
divisions, shelves and 4 mm thick veneered finish back.
b. 18mm thick particle board cabinets with medium density fiberboard (MDF)
melamine laminated doors and front, and 16mm white laminated particle
board adjustable shelves with edge banding, and white dual locking shelf
clips and white laminated back, and laminated board bottom.
c. Lamination color and pattern as approved by the engineer.
C. Stainless Steel (ST/SL) Kitchen base and top cabinet types: (Refer to Drawings for Kitchen
Details)
1. Stainless steel sheet (18 gauge) Nourishment area base and wall units complete with
Single or Double doors sides, bottom, back, common vertical divisions where occurs,
adjustable shelves, drawer units, glazing, support legs including sealing, plugging,
screwing, making good, all required fixing accessories, all as shown on drawings
2. Stainless Steel: AISI Series 300 Types 302, 304 or 318. Provide manufacturer's
standard acid bath treatment and No. 4 satin finish.
3. Sealants: Provide manufacturer's standard chemical and acid resistant sealants.
4. Miscellaneous Items: Provide miscellaneous items, best suited for intended use and
service environment, as shown or as required for location of use indicated.
D. Kitchen Sinks
1. Stainless steel (Type 304) sink sizes 1200 mm long having Two bowls and 800 mm
long having single bowl complete with tap holes, mixtures, valves, domestic water
filter, water supply and waste fitting with provision for dish washer inlet and outlet
connection etc.
2. Polished stone (20 mm thick or a thickness as described in drawings) as described in
drawings common work top for base units with shaped corner where shown on
drawings.
3. Sinks shall be 18 gauge, with horizontal and vertical corners rounded and coved to at
least 15 mm radius.
4. Slope sink bottoms to pitch to outlet.
5. Kitchen Sinks supplier
d. Roca, Spain
e. Carron, UK

© 01 International W.L.L Kitchen Cabinets


11460-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. Peka, Spain
g. Or Approved Equal
2.02 COUNTER TOPS:
A. Stone supplier (for type and thickness of stone refer drawings)
1. Sile Stone
2. LG Chem.
3. Corian by DuPont, www.corian.com
4. Samsung
5. Or approved equal

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine conditions at the job site where work of this section is to be performed to insure
proper arrangement and fit of the work. Start of work implies acceptance of job site conditions.
3.02 INSTALLATION
A. Installations shall be in strict accordance with manufacturer's specifications.
B. Coordinate kitchen cabinets works with other Works to provide for reception and installation of
items pertaining to Architectural finishes, plumbing and HVAC, and electrical works.
C. Clean work of this section and leave same in clean, undamaged condition, satisfactory to the
Employer.

END OF SECTION

© 01 International W.L.L Kitchen Cabinets


11460-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11461
KITCHEN APPLIANCES

PART 1 - GENERAL
1.01 SUMMARY
A. Provide labor, materials, equipment and services for installation of kitchen appliances, and
related work as indicated on the drawings and specified herein.
B. Work Included: The work of this section shall include, but not be limited to, the following:
C. Accessories to fit Kitchen appliances in place
D. Coordinate the following Works with other Works
1. Architectural Finishes
2. Installation and connection of Electrical Service Fixtures and Fittings
3. Installation and connection of Mechanical Service Fixtures and Fittings
1.02 QUALITY ASSURANCE
A. Appliances specified herein shall be new factory shipped models. Floor and showroom models
are prohibited.
B. Items shall be furnished with applicable UL listing.
1.03 SUBMITTALS
A. Product Data: Copies of manufacturer's latest published literature, operating and maintenance
manual for appliances specified herein shall be submitted for approval, and approval obtained
before appliances is delivered to the site.
1.04 DELIVERY, STORAGE AND HANDLING
A. Deliver appliances specified herein in manufacturer's unopened containers, labeled with
manufacturer's name and point of origin. Stack in accordance with manufactures instructions.
B. Store appliances off the floor in a dry climate controlled environment.
1.05 MANUFACTURER
A. Approved Manufacturer
1. ZANSSI
2. BOSCH
3. AEG
4. SIEMENS
5. L.G.
6. Or approved equal
B. Manufacturer names mentioned on Documents are for the purpose of establishing quality,
structure and color only.
C. The Contractor shall submit for Engineer’s approval alternative products meeting the quality
requirements for brand names indicated on drawings.
D. Refer to drawings for equipment layout and details. The Engineer shall have the right to
rearrange appliances layout during the Mock-Up inspections without additional cost to the
Employer.

© 01 International W.L.L Kitchen Appliances


11461-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS

2.01 EQUIPMENT

A. For List of the Equipment refer Drawings

2.02 SINK

A. For size of the sink refer Drawings

PART 3 - EXECUTION

3.01 EXAMINATION

A. Examine conditions at the job site where work of this section is to be performed to insure
proper arrangement and fit of the work. Start of work implies acceptance of job site conditions.

3.02 INSTALLATION

A. Installations shall be in strict accordance with manufacturer's specifications.

B. Coordinate unit kitchen appliances with other trades to provide for reception and installation of
items pertaining to Architectural woodwork, plumbing, and electrical work.

C. Clean work of this section and leave same in clean, undamaged condition, satisfactory to the
Employer. Demonstrate operation of appliances to the Owner.

END OF SECTION

© 01 International W.L.L Kitchen Appliances


11461-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 11480
HYDROTHERAPY EQUIPMENT

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The general provisions of the contract, including General and Supplementary Conditions and
Division 1, General Requirements, apply to the work specified in this section.
1.02 DESCRIPTION OF WORK
A. The work of this section shall include but not be limited to the following: Hydrotherapy pool
installation complete with all equipment, components, accessories and electrical connections:
1. Height adjustable suspended swimming pool
2. Electronic depth indicator
3. Underwater treadmill
4. Underwater Cameras
5. Underwater lights
6. Underwater jets (counter current)
7. Filtration System
8. Ceiling mounted lifting system
9. Stretcher universal
10. Pulley cord for stretcher
11. Trolley
12. Mobile chair rig with foot rests
13. Pulley cord for chair rig
14. Lift hanger medium
15. Wall mounted stainless steel pipe railing
1.03 RELATED WORKS SPECIFIED ELSEWHERE
A. Electricity
B. Plumbing
1.04 SUBMITTALS
A. Submit catalogue cuts to the Engineer in accordance with these specifications, showing all
details of installation and furnishing of all requirements for work by other trades.
B. Product Data: Manufacturer's product specifications, standard details and recommendations for
project conditions; indicate selected sizes and installation details specific to the project.
C. Shop Drawings
1. Plans: Scale 1:20; indicate locations, dimensions, and required associated construction
activities.
D. Quality Assurance/Control Submittals
1. Manufacturer's certification that installer of manufacturer's product is approved.
E. Close out Submittals
1. Manufacturer's printed operation manual and maintenance data
2. Warranty or Guarantee Documents; Issued and executed by the manufacturer and
installer of the system.

© 01 International W.L.L. Hydrotherapy Equipment


11480-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.05 QUALITY ASSURANCE


A. Qualifications
1. Manufacturer: Minimum five (5) years-documented experience producing products
specified in this section.
2. Installer: Approved by the Manufacture, and having a minimum of five (5) years
experience.
B. Pre-Installation Meetings
1. Convene at job site a minimum of seven (7) calendar days prior to scheduled
beginning of installation of this section to review requirements of this section.
1.06 GUARANTEE
A. Manufacturer's Guarantee
1. Furnish manufacturer's standard one (1) year guarantee or more from date of
temporary certificate of occupancy or similar, locally mandated permission to use the
project common areas for their intended use.
2. Guarantee shall apply to defects in product workmanship and materials.

PART 2 - PRODUCTS
2.01 MANUFACTURERS/SUPPLIERS
A. EWAC MEDICAL, The Netherlands. Dulleweg 18, 1721CT Langedijk, Trade reg. no.:
370.72.585, Mob: +31 653 78 8195, Tel: +31 226 34 3693, Fax: +31 226 34 3543, E-mail:
nbeukel@ewac.nl, Website: www.ewac.com
B. Or approved Equal by the Engineer.
2.02 DISCRIPTION
A. Exercise pool with adjustable floor size 4 x 5 m inside with skimmers locally made of concrete
with tiles:
1. Adjustable base 4180 x 5055mm
2. Dept adjustment 0-170mm
3. Complete system including:
a. Stainless steel frame AISI 316
b. Water hydraulic lifting system
c. Non-skid tiles 30 x 50 cm
d. 4 wall anchors
e. Hydraulic wall duct
f. Compression unit
g. Relay box
h. Control box
4. Electronic depth indication with small display for depth in cms in the control box and
large wall display (10cm digits) for depth in 0,0 m
5. Integrated underwater treadmill, including all options and accessories
6. Handrail at three sides inside the pool
7. Set of piping, inserts and skimmers for the filtration system

© 01 International W.L.L. Hydrotherapy Equipment


11480-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. Filtration system with sand filter 15m3/h including two circulation pumps, control
cabinet, automatic dosing for chlorine and pH, electrical heat exchangers, automatic
level controller, piping, cables, test kit and immersion pump
9. Set of three underwater LED lights 20W 12V
10. Set of two underwater cameras complete with power box, encoders, PC and monitor
11. Ceiling mounted lifting system GH3, including 4m rail with brackets, infrared remote
control and horizontal motor drive, lifting capacity 250 kg.
12. Rail extension
13. Bracket for rail joint
14. Standard ceiling bracket
15. Lift hanger medium for 350 kg
16. Pulley cord with hooks for yoke
17. Trolley
18. Stretcher universal including accessories
19. Mobile chair rig ST/SL with foot rests

PART 3 - EXECUTION
3.01 EXAMINATION
A. Verification of conditions: Area in which system is to be located is correct size and location,
and is prepared for installation.
B. Installer's examination
1. Have installer of this section examine conditions under which construction activities
of this section are to be performed, then submit written notification if conditions
under which construction activities of this section are to be performed are
unacceptable.
2. Beginning construction activities of this section before unacceptable conditions have
been corrected is prohibited.
3.02 INSTALLATION
A. Install and place of the system and their components in accordance with the drawings.

END OF SECTION

© 01 International W.L.L. Hydrotherapy Equipment


11480-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12340
MODULAR LABORATORY AND WORK STATION SYSTEM

PART 1 - GENERAL
1.01 DESCRIPTION
A. Section includes:
1. Furnish all labor, materials, equipment, design and installation services for all modular
laboratory systems as indicated, and in accordance with provisions of Contract
Documents.
2. Completely coordinate with work of all other trades.
3. Although such work is not specifically indicated, furnish and install all supplementary
or miscellaneous items, appurtenances, and devices incidental to or necessary for
sound, secure, and complete installation.
4. Provide a qualified foreman to supervise all installation.
5. Provide a room-by-room presentation of products to be installed under this
specification.
1.02 SYSTEM DESCRIPTION
A. Support Components
1. Horizontal Support Elements
B. Laboratory Module Assembly
1. Basic Lab Modules
2. Pass-Through Module
3. Support Panels
4. Access Panel
5. Storage Units
6. Related Products
C. Counter Surfaces
1. Work Surfaces
2. Tables
D. Storage Assemblies
1. Materials Handling Components
2. Shelving Systems (Shelf Storage Units)
E. Locking and Keying
1.03 REFERENCES AND QUALITY ASSURANCE
A. References
1. National Sanitation Foundation (NSF 30)
2. Building and Institutional Furniture Manufacturer’s Association (BIFMA)
3. National Electrical Code (NFPA 70-1990)
4. Underwriter's Laboratory (UL)
5. Electrical Testing Laboratory (ETL)

© 01 International W.L.L Modular Laboratory and Work Station System


12340-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Design Criteria
1. The intent of this specification is to provide quality and functional laboratory
furnishings. These products should enable the laboratory to avoid product replacement
costs and at the same time avoid product obsolescence and enjoy a positive economic
outcome over the life of the facility. The laboratory furnishings must respect this intent
in addition to providing maximum product integration and flexibility to accommodate
changing medical technology. The products must have the inherent qualities of
durability, aesthetic value, and safety while being most functional within the
laboratory setting.
2. The laboratory has been designed to be space efficient and permit maximum internal
flexibility which will facilitate cost efficient reconfiguration of space and traffic
patterns. For example, an administrative area within the laboratory may be converted
to a stat laboratory or expanded to accommodate another laboratory division.
3. Additionally, a wide selection of components and accessories are required to solve the
laboratory, administrative and material handling requirements. Products must be fully
compatible and interchangeable with each other to avoid costly reconfiguration
expenses. All components shall exhibit a high degree of modularity so that
components can be used anywhere within the laboratory. Components shall be
specifically designed to accommodate material movement and perform in areas of
large material flow such as laboratory. A complete line of products must provide the
benefits to the entire organization from the open-station accession areas of the
laboratory to the most technical laboratory areas.
4. The laboratory system will allow the hospital to be space efficient by making
maximum use of vertical space and by providing a highly organized and versatile way
of storing and transporting materials.
5. All components shall be modular and shall be interchangeable.
6. Laboratory products shall be designed for seven-day, multi-shift operation of
laboratories and are constructed of materials chosen specifically for use in healthcare
settings.
C. Installer/erector qualifications
1. Furnish proof of familiarity with equipment to be installed.
2. Provide list of at least three previous projects, giving names of projects, scope, and
name and telephone number of individual at facility to contact.
3. Furnish proof of financial and technical resources to assure prompt performance in
delivery and installation and in-service training of hospital personnel.
4. Provide competent supervision and installation persons.
D. Source quality control
1. Modular Laboratory System manufacturer must have minimum five years continuous
experience in manufacture of all systems components and accessories.
2. Manufacturer furnish proof of successful completion of at least three projects of
similar scope within that time; furnish names of projects, scope, and name and
telephone number of individual at facility to contact.
3. Furnish proof of financial and technical resources to assure prompt performance in
production and delivery.
4. Furnish proof manufacturer produces products specifically designed for functional
disciplines of laboratory, materials handling, paper and data processing, and
administration.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.04 SUBMITTALS
A. Shop drawings
1. Provide complete shop and installation drawings, giving all dimensioning, details of
construction, and accessory items.
2. Indicate electrical, mechanical, and telecommunication entry locations.
3. Indicate wall reinforcement and anchorages.
4. Provide Owner a listing of components not included in this specification but required
to operate system to.
B. Product data
1. Provide catalog and model numbers for all components.
2. Provide addresses and phone numbers of nearest stocking/service parts locations.
C. Samples
1. Provide samples of all fabrics, finishes, and colors as requested by Owner.
2. Provide samples of chemical resistant materials.
D. Project information
1. Certificates: copies of UL and/or ETL cards on listed components.
E. Project close-out data
1. Operating and maintenance data
(a) Provide technical and operational instruction and user's manuals for all
components.
(b) Provide physical demonstration of interchangeability of components.
2. Warranties See Section 1.07
3. Minimum of two copies of manufacturer's complete catalogs and price lists.
4. Provide final drawings of all of spaces illustrating where product has been installed
under this specification..
5. Provide location and phone of nearest service organization.
1.05 DELIVERY STORAGE AND HANDLING
A. Deliver all components to site in manufacturer's clearly identified containers.
B. Time deliveries to assure components are available at site when required for installation.
1.06 JOB CONDITIONS
A. Existing conditions
1. Assure that walls scheduled to receive attachment of system components are
adequately reinforced to accept installation of this work.
2. Assure that wall, floor, and ceiling work are finished.
3. Report all deficiencies to Contractor.
B. Protection
1. Assure that adjoining work is not damaged by installation of this work.
2. Provide temporary protection as required, and repair all damage to such work.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Sequencing
1. Sequence this work to allow work by other contractors to be performed without
interference.
2. Coordinate this work with other operations in same area to avoid conflicts.
1.07 WARRANTY
A. All warranties run from date of substantial completion.
B. Written warranty on entire system, signed jointly by installer, manufacturer, and contractor, for
period of one year.
C. Written warranty on all system components from manufacturer, for a period of 10 years, with
24-hour-per-day, 7-days-per-week usage.
D. Written warranty on items incorporated into system, not manufactured by contractor or
subcontractor for a period of one year.

PART 2 – PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Modular Laboratory System
1. The Contractor shall submit for Engineer’s approval products meeting the
specifications requirements
2. Other manufacturers desiring approval shall demonstrate compliance of essential
characteristics with requirements of this section and contract documents and drawings.
2.02 MODULARITY REQUIREMENTS
A. All Modular Laboratory System components must be provided by one manufacturer.
1. If products of several manufacturers are used to satisfy this section, then all items shall
meet the specified flexibility and interchangeability requirements.
2. Supplier of the system is responsible for performance of all components.
B. All Modular Laboratory System components shall be modular, on 24", 30”, and 48" increments
and shall be interchangeable to form a flexible system which will accommodate change.
1. Dimensions of products are nominal and are located on the appropriate equipment
drawings and schedules.
C. All hanging components must also be modular on same increments.
1. Provide units which are selectively removable and replaceable, without disturbing
adjacent components.
2. Provide modular containers of various sizes to store and to transport medical forms,
lab slips, and patient charts.
3. Also provide containers to accommodate other materials handling components for
other supplies.
D. Vertical support elements
1. All vertical support elements must support all hanging components.
2. All vertical support elements shall support the same maximum loading of all hanging
components, i.e. floor to the top of the unit.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.03 FABRICATION
A. Support components
1. Horizontal Support Elements
(a) Frame Support
(1) Shall be available in a minimum of four modular widths from 30" to
96". Please refer to the equipment drawings for specific finishes and
sizes.
(2) Shall provide horizontal interface capability to suspend under the
work surface storage units.
(3) Material shall be steel, or aluminum material.
2. Hardware
(a) Connectors shall be made of a material to withstand the weight of loaded
components and the stress of movement under loaded conditions. Connectors
shall accommodate a variety of panel configurations, including:
(1) Straight line connection (180 degrees) of two panels
(2) L connections (90 degrees) of two panels
(3) T connections (all 90 degrees) of three panels
(4) X connection (all 90 degrees) of four panels
(b) Connectors shall be able to connect panels of differing heights. Connector
system shall allow continuation of electrical and communications wiring
within a work station and from work station to work station. Connectors
shall be reusable.
(c) The finish of all filler posts shall have the capability to match the finish and
the color of the panel trim.
(d) Right angle (90 degrees) connections shall not interfere with the capability to
hang work surfaces and other components on any adjacent panel.
2.03 LABORATORY MODULE ASSEMBLY
A. Basic Lab Module
1. General Performance Requirements
(a) Lab modules are to be used to form laboratory work area configurations that
are easily rearranged to meet changing functional needs.
(b) Modules will be arranged as wall-attaching structures and in various
freestanding configurations, all of which may be altered for a change of
function.
(1) Modules must support modular storage components and work
surfaces, enclose plumbing and electrical lines, and hold fixtures.
(2) Modules must provide for hospital grade receptacles at the work
surface.
(c) Types Required
(1) Modules shall be available in nominal heights of 48" and in widths
of 24”, 30", and 48”. Please refer to the equipment drawings for
specific finishes and sizes.
(2) Modules shall be constructed of a minimum of 16-gauge, cold-rolled
steel tube to insure structural integrity and safety and shall have at
least four 1-3/4" adjustable glides in the corners,

© 01 International W.L.L Modular Laboratory and Work Station System


12340-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(3) Lab Modules shall be shipped completely finished from the


manufacturer, pre-assembled, and ready for installation.
(4) The pre-assembled unit shall consist of steel hanger frames with
slots at 1" or less intervals for suspension of hanging components,
and four adjustable floor glides, providing height adjustment to
compensate for uneven floors.
(5) All components of Lab Modules shall be coated with a finish that
makes them stain resistant.
(6) Modules shall provide an interior chase with a clear dimension of at
least 7 1/4" wide to provide for all medical gases and utilities.
Module’s utility chase shall not restrict the use or vertical
adjustment of hanging components.
B. Pass-Through Module
1. General Performance Requirements
(a) Pass-through modules are to be used to form laboratory work area
configurations that are easily rearranged to meet changing functional needs.
(b) An interior shelf and work surface can be aligned to provide a continuous
surface area at any height.
(c) The shelf assembly can be installed in at least three heights from 29" - 48".
Please refer to the equipment drawings for specific finishes and sizes.
(d) Modules must support modular storage components and work surfaces,
enclose plumbing and electrical lines, and hold fixtures. An interior shelf and
top shelf shall be available. The tops and sides of the shelves shall be of a
Chemsurf or similar material.
2. Types Required
(a) Shall be available in nominal heights of 80" and in widths of 24”, 30”, and
48”. Please refer to the equipment drawings for specific finishes and sizes.
(b) Shall be constructed of a minimum of 16-gauge, cold-rolled steel tube to
insure structural integrity, safety and shall have at least four 1-3/4" adjustable
glides in the corners,
(c) Shall be shipped completely finished from the manufacturer, pre-assembled,
and ready for installation.
(d) The pre-assembled unit shall consist of steel hanger frames with slots at 1" or
less intervals for suspension of hanging components, and four adjustable
floor glides, providing height adjustment to compensate for uneven floors.
All components of the pass-through modules shall be coated with a finish that
makes them stain resistant.
C. Support Panels
1. General Performance Requirements
(a) Panels are to be used to form laboratory work area configurations that are
easily rearranged to meet changing functional needs.
(b) Shall have pre-assembled steel hangers with slots at a maximum of one inch
intervals for suspension of work surfaces, shelf storage, adapter rails, frame
supports and dispensing rails. Panel types to support a maximum live load
weight of 1,150 pounds per panel, per side. Shall have adjustable leveler
glides to provide uniform height assurance for adjacent units on uneven
floors, and the capability of easily relocating an entire run of dividers by
sliding over the floor without disassembly of dividers and suspended modular
counters and shelf storage units.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(c) Shall be of sufficient width to permit one person to easily carry, skid,
transport or relocate with minimum risk of bodily strain or harm.
(d) Shall be capable of being installed on top of finished flooring without the
penetration of the finished floor or the use of floor fasteners; shall have
complete flexibility for future changes without having to patch floor material
2. Types Required
(a) They shall be available in nominal heights of 48" and 80" and in widths of 2',
30" and 4'. Please refer to the equipment drawings for specific finishes and
sizes.
(b) Panels shall be constructed of a minimum of 16-gauge, cold-rolled steel tube
to insure structural integrity, and shall have at least two 1-3/4" adjustable
glides in the corners,
(c) Panels shall be shipped completely finished from the manufacturer,
pre-assembled, and ready for installation.
(d) The pre-assembled unit shall consist of steel hanger frames with slots at 1" or
less intervals for suspension of hanging components, and two adjustable floor
glides, providing height adjustment to compensate for uneven floors.
(e) Panels shall be coated with a finish that makes them stain resistant.
(f) Power entry support panels shall be available to allow the routing of both
electrical and telecommunications wires to the work surface level from either
the floor or the ceiling. The entry wire chase shall be UL listed and capable
of being divided into two separate raceways to accommodate high and low-
voltage cabling.
D. Access Panels
1. General Performance Requirements
(a) Access panels shall close off the interior chase of the lab module, and shall
be available in several sizes to allow maximum accommodation of laboratory
needs regarding equipment and utility arrangements.
(b) Access panel shall be used to close off the service chase area of the lab
module. They shall be capable of being removed easily to permit access to
utility systems enclosed within the chase.
(c) The use of brackets, at least one on either side, shall attach the access panel
securely to the lab module, allowing easy installation and removal for repair
or later modification. All access panels shall be supported individually, and
not tie into each other in any way. This shall allow a panel in any position to
be removed quickly and easily for access into the interior chaseway with no
need to remove shelves or bottom, end, and center enclosures.
(d) Access panels shall be made of a minimum of 20-gauge cold-rolled steel
panels, with steel upper and lower clips for attaching to modules. Access
panels shall have manufacturer's standard baked enamel and chemical
resistant finish.
2. Types Required
(a) Access panels shall be designed to be installed either as flush or recessed and
shall include laser cutouts for standard electrical duplex outlets.
(b) Low cup sink access panel assemblies shall provide a complete package for a
low cup sink within the chase area of a module. This panel can be mounted
recessed or flush and shall include laser cutouts for standard electrical duplex
outlets
(c) Recessed access panels shall provide rear clearance.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Storage Units
1. General Performance Requirements
(a) Storage units shall attach to and be interchangeable with the basic lab module
and support panels.
(b) Storage unit’s exposed edges shall be finished with a bonded PVC edging or
similar material to minimize moisture damage.
2. Types Required
(a) Undercounter Storage Units
(1) Units shall provide at least four cubic feet of storage and a load
capacity of approximately 200 pounds.
(2) Units shall provide for space for drawers and shall have an interior
adjustable shelf.
(3) Units shall have a nominal size of 25" high, 22" wide and 16" deep.
Units shall be constructed of high-pressure laminated finished
particle board.
(b) Overhead Storage Units
(1) Units shall be mounted above the work surface and shall have
available sliding laminated safety glass doors, hinged doors that are
all laminate or a laminate frame with a glass insert. Please review
equipment drawings for the specific type.
(2) Units shall come in nominal widths of 30" and 48" and have a
nominal depth of 15" and nominal height of 21". Please refer to the
equipment drawings for specific finishes and sizes.
(3) The 30" unit shall have a capacity of approximately four cubic feet
and a maximum load capacity of 70 pounds.
(4) The 48" unit shall have a capacity of approximately seven cubic feet
and a maximum load capacity of 140 pounds.
(5) The unit shall be constructed of high-pressure laminated finished
particle board with the bottom being reinforced with 16 gauge cold-
rolled steel.
(6) The unit shall permit additional shelves, adjustable in three inch
increments.
3. Specialty Storage Units
(a) Units shall be mounted below the work surface and shall accommodate a left
or right hand swing door or specialized shelving and drawers.
(b) Units shall be of a warp-resistant three-ply 5/8" medium-density particle
board with both surfaces bound in melamine or similar material. All edges
shall be finished with a bonded polyvinyl chloride (PVC)
(c) Units shall come in nominal widths of 22" and have a nominal depth of 24"
and 30" and nominal height of 25".
(d) Units shall support a maximum load capacity of 200 pounds.
(e) Units shall accommodate fixed shelves that are 24" or 30" deep and support
100 lbs on each shelf.
(f) Units shall accommodate pullout shelves that are 24" which are equipped
with drawer slides nylon rollers and support 100 lbs on each pullout shelf.
Pullout shelves shall be flat.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(g) Units shall accommodate box drawers that are a nominal 24" deep and 5",
7.5" and 10" high and support 50 lbs, Drawers shall be constructed of a 3/4"
thick medium-density particle board with an interior that is finished in
melamine or similar finish. Drawer fronts are finished in high-pressure ¾”
laminate and door pulls are constructed of extruded aluminum.
(h) Units shall accommodate drawers which hold bottles. These drawers shall be
available in 5" and 7.5" high to provide for different bottle heights. Bottle
drawers shall be full-extension slides to gain full access to their contents. At
least three adjustable dividers must be provided with each bottle drawer.
4. Sink Storage Unit
(a) The unit shall be provided without tops to accommodate customer’s choices.
(b) The unit shall have available Corian® or other solid surface material as its
work surface. Please refer to equipment plans which will detail the type of
solid surface material to provide.
(c) The unit shall be free standing with built-in levelers and is attached to a
panel. The back of the unit shall be closed.
(d) The unit shall come in widths of 24" and 30" with nominal depths of 24" and
30". Please refer to the equipment drawings for specific finishes and sizes.
(e) The unit shall have a separate back splash to aid in preventing water damage
to other surfaces. The back splash shall be available in Corian®. The kick
base and unit bottom shelf is made of a high-grade finished that is resistant to
heat, scratching, impact and water (melamine).
(f) The doors and outside panels of the unit shall be of a high-grade laminated
finished particle board.
F. Related Products
1. General Performance Requirements
(a) Additional components shall be available to provide stability, flexibility and
more complete utilization of the lab modules and access panels.
2. Types Required
(a) Connectors for lab module or support panel shall be designed to permit them
to be connected to each to other insure the panels are aligned properly.
(b) Connectors to provide for a smooth transition from a low to a high lab
module.
(c) Stability accessories
(1) Deck anchoring
(2) Wall attachment bracket
(3) Work surface support leg
(4) End panels (also provide for storage)
(d) Service line covers (chase) to enclose ceiling originating services
(e) Reagent resistant shelves (Chemsurf ) mountable at 1" or less increment,
and 12" deep.
(f) Work surfaces from 24" to 96" wide with standard laminate, and high
chemical resistance tops mountable at 1" or less increment. Please refer to the
equipment drawings for specific finishes and sizes.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

G. Counter Surfaces Work Surface


1. General Performance Requirements
(a) Work surfaces shall be manufactured with a warp resistant composition that
will provide sufficient weight-bearing capabilities as functionally required.
At a minimum, a 24" X 48" cantilevered work surface shall be able to
support a load of 40 pounds per square foot with a maximum deflection of
1/200 of its span. All work surfaces shall have self edged impact resistant
material(PVC or similar) on exposed edges to prevent damage to other
equipment or injury to patients, visitors, and staff.
(b) Work surfaces shall be capable of being suspended from similar width
standard panel system modules, lab modules, or vertical supports; or they
shall be capable of being suspended from horizontal supports.
(c) Work surfaces shall be capable of being easily relocated and installed without
tools at various heights as required by either staff or function.
(d) Work surfaces shall be capable of being "stacked" one on top of another to
provide multiple writing or storage surfaces as required.
(e) Work surfaces shall have the capability to suspend and easily change under
counter mounted storage assemblies.
(f) Work surfaces shall have leveling adjustment capability so units can be
brought into a level position to compensate for wall conditions and excessive
weight loads.
(g) Work surfaces shall be standard available in a minimum of ten nominal
widths of 24" - 96" and in depths of 24" and 30". Please refer to the
equipment drawings for specific finishes and sizes.
(h) Work surfaces shall be finished with a minimum of .050-inch thick standard
grade high plastic laminate on top and high pressure laminate on under
surface. On designated work surfaces Chemsurf  Wilsonart and resin
finishes shall be available. Please refer to the equipment drawings for specific
finishes and sizes.
(i) Work surfaces shall be available for clinical/laboratory environments with a
backsplash of a minimum 1 1/2" height above surface and be able to be used
with the lab modules without any special adapters or installation tools
(j) Designated work surfaces used in laboratory procedures shall meet the Heat
Resistance Test and the Chemical Resistance Test stated NSF 30. Please refer
to the equipment drawings for specific finishes and sizes.
(k) Work surfaces shall have a positive locking support system to eliminate the
potential of being accidentally dislodged.
(l) Work surfaces shall provide clearance at rear of surface for electrical,
medical equipment, monitoring and CRT cords.
2. Types Required
(a) General-purpose Work Surfaces shall hang from wall strips, panels, or lab
modules. They shall be adjustable at one-inch increments enabling the work
station to meet different functional needs. General-purpose work surfaces
shall be designed to support suspended components. Certain units shall be
available with wire access holes, or with finished back edge for use with open
or glazed panels.
(b) Sink-adaptable Work Surfaces shall be designed to accommodate single and
double-bowl sinks in commonly used sizes. Used primarily on lab modules
and wall strips, they shall have solid sides and front to conceal plumbing
hardware.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(c) Each sink-adaptable work surface shall be finished with a protective


backsplash and the top shall be finished with Chemsurf. The unit shall be
available in widths of 24" to 60" and depths of 24" and 30". Please refer to
the equipment drawings for specific finishes and sizes.
(d) Heavy-duty Lab Work Surfaces shall support a minimum of 400 lbs and hang
from the same components as the standard surfaces and shall be available in
plastic laminate, Chemsurf or black epoxy surfaces. They shall be
available in a minimum of three widths of 48” - 72” wide and three depths of
24” - 36 deep. Please refer to the equipment drawings for specific finishes
and sizes.
(e) Heavy Duty Storage Work Surface
(1) Shall be a cantilevered work surface with additional top loading
capability as well as under-the-counter storage. Shall include a
frame adapter to support under the work surface containers.
(2) Shall come in 24” and 30” depth and 24” through 96” wide and in a
laminated or Chem-Surf top. Please refer to the equipment drawings
for specific finishes and sizes.
(3) Peninsula work surfaces shall be available and shall be supported
from panels or other work surfaces. They shall be available in a
squared-edge with a round end or in a rectangular shape. They shall
be a nominal 30 - 36 inches deep and 30 inches high and 60” in
length with support legs or column.
H. Tables
1. Type Required
(a) Process Table
(1) Process tables shall be freestanding work surfaces: mounted on
swivel casters with wheel locks for maximum mobility, or on glides.
(2) Shall be available in nominal sizes from 24" to 36" deep and 48" to
72" long and adjustable from 29" to 38" high in one inch
increments. Depending on the width of the table, the support legs
must support from four to eight storage frames on the underside of
the table. Please refer to the equipment drawings for specific
finishes and sizes.
I. STORAGE ASSEMBLIES
1. Materials Handling Components
(a) General Performance Requirements
(1) Components shall be modular, and with the exception of modular
transport carts, shall be fabricated with no exterior cracks, crevices,
joints, corners, or angles that may facilitate bacteria accumulation.
(2) Components shall be of uniform density throughout to minimize
potential bacteria accumulation. Components shall be of integral
material throughout and shall be manufactured of thermoplastic,
sheet molding compound, ABS resin or similar material. This is
required since components are subject to mechanical abuse and,
therefore, if not made out of an integral material throughout will
promote the growth of bacteria when chipped or punctured.
(3) Components shall be manufactured in such a fashion to insure
consistent color throughout. This requirement maintains an
acceptable appearance if the surface is scratched or marred.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(4) Integrated storage module drawers and frame doors shall be


available in a minimum of eight colors to allow for color coding.
They must have integral color visible from all four angles to
facilitate color coding of tote tray techniques. Color for color coding
must be visible when enclosed in the frame and lower components.
(5) Components shall be capable of being assembled by simple hand
action without tools, except for those components fastening to
architectural elements or modular counter surfaces. These shall be
secured with the use of simple hand tools (i.e. allen wrench,
screwdriver and pliers).
(6) Components shall be of such size and weight that they can be easily
lifted or moved by one person, either by hand or with hand carts
designed for such purposes.
(7) Components shall provide a succession of modular volumes ranging
from approximately ten (10) cubic feet down to a series of
containers as small as thirty-six (36) cubic inches. This progression
of containers is required to support the various storage requirements
throughout the hospital. Please refer to the equipment drawings for
specific finishes and sizes.
(8) Basic hanging storage modules (frames and lockers) shall have
hooks integrally molded to the back. This will allow suspension
from horizontal support elements (rails) fastened to walls. Integrally
molded hooks provide for smooth surfaces to facilitate washing and
to prevent the harboring of accumulated dirt. Small storage
modules shall be capable of suspension under work surfaces or
tables, with no direct fastening to modules which facilitates
dismounting and repositioning.
(9) Basic storage modules (frames, lockers, and lockable supply carts)
shall have integrally molded drawer/shelf guides at nominal
three-inch vertical increments on both sides of the module.
(10) All components shall be rust-resistant, capable of withstanding
washing cycle temperatures up to 160 degrees F without distortion
and be of such dimensions as to pass through automated washers
designed for such applications.
(11) Components to have rounded, exposed surfaces free from sharp
edges to prevent injury to patients, visitors, and staff.
(12) Units to operate smoothly and easily under maximum load, and
readily movable with the use of distribution carts.
(13) Assemblies to require no additional parts in the process of
repositioning, exchanging, and securing on horizontal support
assemblies.
(14) Closure door(s), during the opening action, must not introduce dust
and foreign matter to materials stored in large storage module.
(15) Units, when broken apart for periodic washing and sanitizing
operations, should have inherent capability for easy draining in an
upright standing position. Frames and large storage modules shall be
free of interior protrusions that may dislodge supplies when drawers
or supplies are slid forward. Units must be designed to permit the
doors to be closed when drawers and shelves are in place. This
requirement is added to improve security of medical supplies at the
point of use and while being transported to another location.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(16) Drawers shall be capable of being washed without removing drawer


attachments.
(b) Types Required
(1) Frame modules shall hold an interchangeable variety of the
components listed in paragraphs 2 - 4 below with 3" adjustment
capability, be movable on transporters, have doors and be
mountable on the horizontal support elements. They shall be
available in a minimum of three (3) sizes.
(a) Basic module, approximately 2' wide x 1.5' deep and 1'
high that can hold a variety of shelves and drawers with up
to 4 cubic feet capacity. Frame can also be mounted under
work surfaces.
(b) Slim basic module, approximately 2' wide x 1' deep x 2'
high that can hold a variety of shelves.
(2) Shelves shall be available for frame modules above and have the
following:
(a) Units to have a continuous molded lip around perimeter to
retain liquid spillage and to prevent dislodgment of
materials in transport. Lip to be sized to retain container
dividers for maximum space utilization.
(b) Units to be reversible with one flat side for the storing,
transporting, and dispensing of linens, X-Ray films, etc.
(c) Units to be self-stacking for storage and maximum space
savings when not in use.
(d) Units to be capable of easily accepting Snap-On snap-off
label clips for clinical material designation.
(e) Unit shall support a load of 35 pounds.
(f) Wire shelves shall be available that are nylon coated and
shall support a load of 50 pounds.
(3) Drawers shall be available for basic and large storage modules and
available in a minimum of three progressive cubic size capacities.
All drawers to have the following capabilities:
(a) "Drawer" to be used as a modular component for storing
and transporting in a materials handling system with an
integrally molded drawer glide to function as a handle
when unit is transported manually.
(b) Unit to be used as procedure tray and tote tray with
inherent capability of being suspended from horizontal
support elements without use of tools or additional pieces.
(c) Unit to be self-stacking for storage and maximum space
savings when not in use.
(d) Unit to have capability to easily accept Snap-On, snap-off
label clips for clinical material designation. Unit to have
built-in stops to prevent accidental removal.
(e) Unit to be easily changed from one location to another by
one person without the use of tools or additional
equipment.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(f) Unit to have a fine grain textured finish with integral color
and density throughout to maintain an acceptable
appearance, adequately hide scratches, chipping, abrasions,
and prevent pores for dirt and bacteria accumulations.
(g) Units to be available that are capable of accepting lockable
lids and locks to secure drawers into large storage modules,
crash carts and enclosed mobile storage units. Unit must be
one piece unit. Drawer front must be added to drawer if it
is not part of the drawer.
(4) Sub containers and Dividers
(a) Dividers to provide a mechanism to organize and store
various quantities of small, loose, or irregularly shaped
items used in materials processing and distribution
functions.
(b) Units to have smooth edges for safety, and fully accessible
rounded corners for manual washing.
(c) Exact sizes to be a function of maximum cubic space
utilization as required by shelves and drawers.
(d) Finish to be an integral color throughout to maintain an
acceptable appearance if the surface is scratched or marred.
(e) A minimum of nine (9) sizes shall be available. Please refer
to the equipment drawings for specific finishes and sizes.
J. Shelving Systems (Shelf Storage Units)
1. General Performance Requirements
(a) Shelf Storage Units shall have rounded exposed surfaces free from sharp
edges to prevent injury to patients, visitors and staff. Shelf Storage Units
shall operate safely under maximum load and readily installed, removed, and
relocated without disturbing adjacent modular componentry.
(b) Shelf Storage must be able to attach and be interchangeable on panel
systems, wall strips, and lab modules.
2. Types Required
(a) General purpose shelving
(1) Unit to be available in a minimum of four nominal widths from 2' to
4'. Please refer to the equipment drawings for specific finishes and
sizes.
(2) Unit to be available in a minimum of two nominal depths, including
a depth to accommodate a standard 3 ring binder for 8 1/2" x 11"
paper and a depth to accommodate a large binder of approximately
15" x 15"..
(3) All units shall have door covers available with locks for security and
cleanliness. Door shall recede on top of units to allow maximum use
of interior cubic space. Covering on door shall be either fabric or
vinyl for wet environments.
(4) Selected units shall be available without additional hardware to be
converted to angled display shelving, with front lip.

© 01 International W.L.L Modular Laboratory and Work Station System


12340-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(b) Lab module shelves.


(1) Shall be fabricated from a minimum of 5/8" thick particle board
with a density of 45 pounds per cubic foot and finished with Chem-
Surf HPL.
(2) Sizes shall match lab modules and wall attached lab modules to
close off the top of the modules.
(3) Shall be available with extruded rigid PVC or similar material to
serve as a backsplash that is a minimum of 1 1/2" tall.
(4) Shelf shall support a minimum of 150 pounds.
K. Locks and keying
1. Key all locks alike (differently).
2. Furnish each lock with two keys.
2.04 FINISH
A. Colors shall be selected from manufacturer's standard line. Colors may be specified to identify
areas for materials management. Finishes to meet need for infection control. Components
finished with chemical-resistant paint, must show no visible effect when tested in accordance to
NSF-30.
2.05 EXTRA MATERIAL - NONE

PART 3--EXECUTION
3.01 INSPECTION
A. Inspect areas in which work is to be performed for acceptability to receive work. Report all
discrepancies to Contractor for correction. Proceeding with work constitutes acceptance of
existing conditions.
3.02 INSTALLATION
A. Assemble and install all items in strict accord with manufacturer's printed instructions.
1. Anchor all fixed components firmly, square, level, plumb.
B. Horizontal support elements
1. Install at heights indicated with all tops, shelves, and writing surfaces level within 1/8"
across width.
C. Vertical support elements
1. Install plumb, spaced as indicated on shop drawings.
2. Align slots to assure hanging units are level.
3.03 FIELD QUALITY CONTROL
A. Adjust components to assure proper alignment and operation. Repair, if acceptable, or replace
all damaged or improperly operating items.
3.04 CLEANING
A. Immediately after installation and adjustment; clean all surfaces to remove all marks, soil, and
foreign matter.
B. Just prior to Substantial Completion, recheck all components and perform all required
additional cleaning.
END OF SECTION

© 01 International W.L.L Modular Laboratory and Work Station System


12340-15
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12345
KITCHEN ALUMINUM FURNITURE SYSTEMS

PART 1 - GENERAL
1.01 SUMMARY
A. Provide Kitchen Aluminum furniture Systems and related Work in accordance with the
requirements of the Contract Documents.
B. Work Included: The Work of this Section shall include, but not be limited to, the following:
1. Aluminum Kitchen Furniture
a. Wall Mounted Cabinets, Including shelving and accessories.
b. Floor Mounted Cabinets, Including shelving and accessories.
c. Stone Counter Top specified elsewhere.
2. Accessories:
a. Sinks.
C. Related Work Specified Elsewhere
1. Installation and connection of Mechanical Service Fixtures and Fittings
2. Stone works.
3. Sealants
1.02 QUALITY ASSURANCE
A. Qualifications
1. Provide Kitchen furniture system as a complete system from a single manufacturer to
provide undivided responsibilities for this Work.
2. Kitchen furniture system manufacturer shall meet the following qualifications:
a. Minimum of five years experience in the manufacture of furniture system and
fittings as specified herein.
b. Minimum of five completed installations of equal size and requirements
which can be inspected prior to the award of the contract.
B. Job Mockup
1. After approval of product data, shop drawings and samples, arrange for a site mockup.
Kitchen furniture shall be complete with granite top and sink. Do not deliver
remaining furniture until approval of mockup has been obtained.
2. Retain mockup during construction as standard for judging completed work. Do not
alter, move or destroy mockup until work is completed and accepted. Mockup may,
with approval of the Engineer, become part of the complete work.
1.03 SUBMITTALS
A. Shop Drawings: Submit for Shop Drawings prior to fabrication and shipment of materials to the
job site.
1. Shop Drawings shall show locations of Work in the Project, plans and elevations.
2. Floor plans shall show room number and names; location of assemblies, locations of
sink. Scale shall be 1:20.
3. Coordinate Shop Drawings with other Work involved.
B. Samples: Submit samples of specified finishes, including top material.

© 01 International W.L.L Kitchen Aluminum Furniture Systems


12345-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.04 DELIVERY, STORAGE AND HANDLING


A. Exercise proper care in the handling of Work so as not to injure the finished surfaces, and take
proper precautions to protect the Work from damage after it is in place.
B. Do not deliver Work until ceramic works, painting, wet Work and similar operations which
could damage, soil or deteriorate Work have been completed in installation areas.
1.05 JOB CONDITIONS
A. Coordinate the Work of this Section with the Work of other Sections.
B. Protect finished surfaces from soiling and damage during handling and installation. Keep
covered with polyethylene film or other protective covering.

PART 2 - PRODUCTS
2.01 GENERAL
A. Provide Kitchen furniture systems and all related work specified from a single manufacturer.
Provide standard and custom components as required, as indicated or as required to fulfill the
Project requirements.
B. Approved Manufacturers: Contractor shall propose three names for Engineer’s approval.
2.03 TOPS
A. Provide stone tops as specified in section 04400.
2.04 SINKS
A. Provide stainless (Type 302/304) steel service sink where indicated.
B. Sinks shall be 18 gauge, with horizontal and vertical corners rounded and coved to at least 15
mm radius. Slope sink bottoms to pitch to outlet.
C. Kitchen Sinks supplier:
1. Roca, Spain.
2. Carron, UK.
3. Peka, Spain
4. Or Approved Equal

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine conditions at the job site where Work of this Section is to be performed to insure
proper arrangement and fit of the Work. Start of Work implies acceptance of job site
conditions.
3.02 PREPARATION
A. Examine the Contract Drawings and specifications in order to insure the completeness of the
Work required under this Section.
B. Verify measurements and dimensions at the job site and cooperate in the coordination and
scheduling of the Work of this Section with the Work of related Trades, so as not to delay job
progress.
C. Furnish templates as required to other trades for location of inserts, support and anchorage
items.

© 01 International W.L.L Kitchen Aluminum Furniture Systems


12345-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.03 CLEANING AND PROTECTION


A. Upon completion of the installation in any area, remove waste and excess materials and
equipment. Leave installation in a clean and finished condition. Maintain factory applied
protective wrapping and coverings to work. Remove debris and waste materials daily.
B. Protection: Cover furniture system with a minimum protection of 6 mil (0.15 mm) polyethylene
film for protection against soiling from construction activities during the remainder of the
Project construction period. Maintain strippable protective wrapping in place until time of final
cleaning.
C. Cleaning: Just prior to request for Final Acceptance, clean kitchen furniture system, inside and
out. Remove protective wrapping and coverings and repair minor imperfections. Verify that all
components are fully functional and that movable items are in free working order.

END OF SECTION

© 01 International W.L.L Kitchen Aluminum Furniture Systems


12345-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12346
MODULAR STEEL LABORARORY AND WORKSTATION SYSTEM

PART 1 - GENERAL
1.01 SUMMARY
A. Provide Prefabricated Metal Furniture Systems and related Work in accordance with the
requirements of the Contract Documents.
B. Work Included: The Work of this Section shall include, but not be limited to, the following:
1. Metal Laboratory Furniture: Components for both adjustable and modular systems:
a. Wall Mounted Cabinets, and Full Height Storage Cabinets; Including
shelving and accessories.
b. Chemical Storage Cabinets, Sealed Types.
c. Cabinet Understructure For Fume Hoods and Special Equipment.
d. Balance, Utility and Instrument Tables: Movable.
e. Service Cores/Chases and Exposed Support Structures.
f. Service Drop Enclosures.
g. Open Shelving Units
h. Racks and Pegboards
i. Adjustable Cart Workstation Unit
j. Microscope Countertop
2. Accessories for Laboratory Furniture:
a. Sinks.
b. Mechanical Service Fixtures and Fittings for installation by other trades.
C. Related Work Specified Elsewhere
1. Installation and connection of Mechanical Service Fixtures and Fittings
2 Installation and connection of Electrical Service Fixtures and Fittings
3. Firestopping.
4. Special Laboratory Equipment.
5. Canopy Hoods.
6. Laboratory Fume Hoods
7. Electrical Fixtures and Fittings
1.02 SYSTEM DESCRIPTION FOR ADJUSTABLE LABORATORY FURNITURE SYSTEM
A. Modular dimensioned system of core and panel style support structures and tables.
B. Cores: Support structure for tables, storage units and shelves, and service chase for all service
and drain lines.
1. Modular units shall be suitable for, peninsula for island configurations.
2. Cores can be supported with floor plates bolted to floor or with structural tables.
3. Equipped with easy to remove access panels with integral fasteners.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Panels: Support structures for tables, storage units and shelves.


1. Modular units shall be suitable for wall, peninsula or island configurations.
2. Panels can be supported with adjoining perpendicular panels or structural table s or
bade units.
3. Equipped with easy to removes access panel with integral fasteners.
D. Tables: Modular, interchangeable work surface support structures in both fixed height and
adjustable height configurations.
1. Adjustable height tables include cantilever, four leg mechanical adjustable, and 2 leg
crank adjustable configurations.
2. Fixed height tables include 2 leg, structural and extended frame configurations.
3. Caster and leveler options are available on both fixed height and adjustable height
tables. All other tables are available with levelers only.
E. System Requirements
1. Independently support work surfaces, undercounter cabinets, and overhead storage
components.
2. Structural components are essentially self-supporting and independent of the building
structure.
3. Core type support structures support cupsinks, service fittings, fixture, and supply and
waste lines using commercially available pipe clamps.
4. Cabinet fastening devices cannot be accidentally released from framing system.
Intentional release can be easily accomplished without disturbing the cabinet content
by simply loosening 2 bolts
5. Core access panels feature integral Snap-On hook and loop fasteners for quick, easy
access to service chase area. All access panels are half width and can be removed
even when cabinets are directly in front of the panel.
6. Suspended base cabinets can be removed without removal of the work surface.
7. Wall cabinets are adjustable vertically and laterally and can removed without the use
of tools.
8. Suspended bade cabinets can be relocated while fully loaded and installed in any
position between table edges.
9. Vertical height of table work surfaces, wall cases and shelves can be adjusted with
simple, but positive mechanisms
1.03 QUALITY ASSURANCE
A. Materials and Work shall conform to the latest edition of reference specifications specified
herein and to applicable codes and requirements of local authorities having jurisdiction,
whichever is more stringent.
B. Qualifications
1. Provide laboratory furniture system as a complete system from a single manufacturer
to provide undivided responsibilities for this Work.
2. Laboratory furniture system and fitting work manufacturer shall meet the following
qualifications:
a. Minimum of five years experience in the manufacture of furniture system and
fittings as specified herein.
b. Minimum of five completed installations of equal size and requirements
which can be inspected prior to the award of the contract.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Technical resources of sufficient scope to assure prompt and satisfactory


performance in the production and delivery of Work specified so as not to
delay the progress of the Work.
d. Technical resources of sufficient scope to assure prompt and satisfactory
installation of the laboratory furniture system and fittings.
C. Catalog Standards
1. Manufacturer's catalog numbers may be shown on Drawings for convenience in
identifying certain laboratory furniture system components. Unless modified by
notation on Drawings or otherwise specified, catalog description for indicated number
constitutes requirements for each such cabinet.
2. The use of catalog numbers and specific requirements set forth in Drawings and
specifications are not intended to preclude the use of any other approved
manufacturer's product or procedures which may be equivalent, but are given for
purpose of establishing standard of design and quality for materials, construction and
workmanship.
D. Tests and Reports
1. Chemical and Physical Resistance of Finish: Submit an independent testing laboratory
report certifying that the exterior finish of laboratory furniture system is capable of
withstanding following tests, with no change, or slight change of gloss, slight
discoloration, or slight temporary softening of film with no loss of adhesion and no
loss of film protection.
2. Chemical Resistance Test: Not less than 10 drops applied to finish surface, for 60
minutes, then washed and dried.
a. 37 percent Hydrochloric Acid.
b. 85 percent Sulphuric Acid.
c. 25 percent Nitric Acid.
d. 75 percent Phosphoric Acid.
e. 93 percent Acetic Acid.
f. Ethyl Alcohol.
g. Ethyl Acetate.
h. Ethyl Ether.
i. Methyl Ethyl Ketone.
j. Acetone.
k. Carbon Tetrachloride.
l. 37 percent Formaldehyde.
m. Xylene.
n. 25 percent Sodium Hydroxide.
o. 10 percent Ammonium Hydroxide.
3. Moisture Resistance: No visible effect when finish surface exposed to the following:
a. Hot water at a temperature of 87 degrees C to 96 degrees C, trickled down
surface at 45 degree angle for 5 minutes.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Constant Moisture using a 50 mm by 75 mm by 25 mm cellulose sponge,


soaked with water, in contact with surface for 100 hours.
c. Cold Crack: No effect when subjected to 10 cycles of temperature change
from –6.6 degrees C for 60 minutes to 52 degrees C.
d. Adhesion and Flexibility: No peeling or cracking or exposure of metal when
metal is bent 82 degrees over a 6.4 mm diameter mandrel.
E. Job Mockup
1. After approval of product data, shop drawings, samples and certificates specified
herein, supply laboratory service fixtures and fittings for mockup lab. Lab shall be
complete with materials, equipment and work specified herein. Do not deliver
remaining materials, equipment and items until approval of mockup has been
obtained.
2. Provide special features as directed by the Employer’s Representative or Employer for
contiguous work. Reconstruct mockup when directed by the Employer’s
Representative and Employer until it meets with the approval of the Employer’s
Representative and Employer.
3. Retain mockup during construction as standard for judging completed work. Do not
alter, move or destroy mockup until work is completed and accepted. Mockup may,
with approval of Engineer and Employer, become part of the complete work.
1.04 SUBMITTALS
A. Product Data: Submit copies of manufacturer's latest published literature on materials specified
herein for approval, and obtain approval before materials are fabricated and delivered to the
site. Data shall include the following:
1. Design and functional features of each item.
2. Data on each material and item to be incorporated into the Work, the location of each
material and item and its relationship to adjacent Work of this Section and other
sections.
3. Submit with product date sample copies of warranties to be issued.
B. Certificates: Submit independent laboratory certificates, attesting to compliance with specified
chemical and physical resistance.
C. Shop Drawings: Submit for Shop Drawings prior to fabrication and shipment of materials to the
job site.
1. Shop Drawings shall show locations of Work in the Project, plans, elevations, ends,
cross-sections, service run spaces, location and type of service fixture with lines
thereto. Indicate materials, sizes, shapes, thicknesses; location and installation
requirements for fasteners and anchors; joint and connection to other Work. Include
layout of units with relation to surrounding walls, doors, windows, and other building
components.
2. Floor plans shall show item with sheet number, room number and names; location of
assemblies, center line locations of sink, cup sink, service fittings from wall to wall.
Services shall be identified by type numbers (scale: 20 mm = 305 mm).
3. Coordinate Shop Drawings with other Work involved.
D. Samples: Submit 150 mm by 150 mm samples of specified finishes, including top material.
Samples will be reviewed by Engineer for color, texture and pattern only.
1.05 DELIVERY, STORAGE AND HANDLING
A. Exercise proper care in the handling of Work so as not to injure the finished surfaces, and take
proper precautions to protect the Work from damage after it is in place.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Do not deliver Work until painting, wet Work, taping and spackling of gypsum wallboards and
similar operations which could damage, soil or deteriorate Work have been completed in
installation areas and buildings HVAC system is in operation.
C. Coordinate on location of storage facilities for the Work of this Section. Coordination shall
include security provisions.
D. Advise of temperature and humidity requirements for installation areas. Do not deliver Work
until required temperature and relative humidity have been stabilized and will be maintained in
installation areas.
1.06 JOB CONDITIONS
A. Coordinate the Work of this Section with the Work of other Sections.
B. Protect finished surfaces from soiling and damage during handling and installation. Keep
covered with polyethylene film or other protective covering.
1.07 WARRANTY
A. In addition to the general warranty provisions of the Contract Documents, warrant the work
provided under this Section and the associated sections 11650 and 11610, to be free from
defects in materials or workmanship for a period of three (3) years from the date of final
acceptance.
B. Execute and deliver to the Employer with copies to the Engineer before final payment is made,
a written warranty in a satisfactory form, stating that labor and materials furnished, and work
performed are in accordance with the Contract Documents and authorized alterations and
additions thereto. Also, should any defects develop during the warranty period and upon
written notice from the Employer, the defective item shall be replaced or satisfactorily repaired,
including adjustments to adjacent work as required. This will be at the convenience of, and
without expense to, the Engineer or Employer.
1.08 PERFORMANCE REQUIREMENTS
A. System Performance Requirements: Design, engineer, fabricate and install the laboratory
furniture system; including the work of Sections 11610 and 11650, to withstand the assemblies
dead loads, use loads and the following structural loads without exceeding the allowable design
working stress of the materials involved, including anchors and connections and without
permanent deformation or breakage.
B. Dead Loads: Design to sustain the dead load created by the individual item of laboratory
furniture system, including dead load from fume hoods, laboratory services and other work
incorporated into the furniture system.

PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. General: Provide laboratory furniture systems and all related work specified from a single
manufacturer for undivided responsibilities; including casework, fume hoods, countertops,
fixtures and fittings. Provide standard and custom components as required, as indicated or as
required to fulfill the Project requirements. Where manufacturer's published catalog data and
customary construction standards vary from the requirements specified, provide items
complying with the more stringent requirements as determined by the Engineer.
B. Metal Laboratory Furniture
1. Adjustable / Modular Casework: Provide a complete system as manufactured by one
of the following:
a. Hamilton Industries: Adjustable system “Max Lab”
b. Kewauhee: Adjustable system “Alpha 2000”
c. Riyadh Furniture

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.02 METAL CASEWORK MATERIALS


A. Steel
1. Steel Sheet: Provide commercial quality, cold-rolled, pickled, annealed and
stretcher-leveled, entirely free from scale, pitting, wave or other defects. Gauges
indicated for sheet steel refer to the U.S. Standard Gauge for Sheet Iron and Steel.
a. Sheet Steel Hot Rolled: Prime quality carbon steel conforming to ASTM
A569 and ASTM A568.
b. Sheet Steel Cold Rolled: Stretcher leveled sheet steel conforming to ASTM
A366 and ASTM A568.
2.03 RELATED MATERIALS
A. Glass: Provide laminated safety glass composed of two sheets of clear, ASTM C1036, Type I,
Class 1, double strength, quality q3 (Grade "B") sheet glass permanently laminated with a sheet
of clear plasticized polyvinyl butyral. Provide glass of 6.4 mm nominal thickness, unless
otherwise indicated.
B. Stainless Steel: AISI Series 300 Types 302, 304 or 318. Provide manufacturer's standard acid
bath treatment and No. 4 satin finish.
C. Sealants: Provide manufacturer's standard chemical and acid resistant sealants.
D. Miscellaneous Items: Provide miscellaneous items, best suited for intended use and service
environment, as shown or as required for location of use indicated.
2.04 TOPS
A. Cast Epoxy Resin: Provide monolithic, seamless cast epoxy tops.
1. Factory molded tops of modified epoxy resin formulation, uniform mixture throughout
full thickness. Color, non-glaring black.
2. Physical Properties: Flexural strength – 27560 kPa; compressive strength – 96460
kPa; hardness, Rockwell M - 197; water absorption in 24 hours - 0.05 percent; heat
distortion point – 204 degrees C; highly resistant to thermal shock.
3. Chemical Resistance: Spot test of following reagents in standard laboratory
concentrations, in contact with finished top for 24 hours; top shall be entirely
unaffected or show only slight dulling of finish:
a. Glacial acetic acid.
b. Hydrochloric acid.
c. Nitric acid.
d. Phosphoric acid.
e. Sulphuric acid.
f. Chromic acid.
g. Ammonium hydroxide.
h. Calcium hypochlorite.
i. Sodium hydroxide.
j. Acetone.
k. Amyl acetate.
l. Aqua regia.
m. Benzene.
n. Butyl alcohol.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

o. Ethyl acetate.
p. Ethyl alcohol.
q. Ethyl ether.
r. Formaldehyde.
s. Hydrogen peroxide.
t. Methyl alcohol.
u. Methyl ethyl ketone.
v. Kerosene.
w. Phenol.
x. Silver nitrate.
y. Trichloroethylene.
z. Xylene.
aa. Zinc chloride.
4. Finish: Provide epoxy surfaces cast with very smooth surfaces.
B. Chemical Resistant Plastic Laminate Tops: Chemical Resistant Plastic Laminate: similar or
equal to "Chemsurf" by WilsonArt, NEMA Publication LD3. Provide chemical resistant
plastic laminate sheet, with satin finish, in standard colors as selected. Provide chemical
resistant plastic laminate in all surfaces of all components (Exposed, Semi-Exposed and
Concealed) indicated to receive plastic laminate finish.
1. Core Material: Provide marine grade exterior plywood or phenolic resin particleboard
core plywood for plastic laminate tops. Tops shall be 31.4 mm thick.
2.05 HARDWARE AND ACCESSORIES
A. General: Provide manufacturer's standard stainless steel, satin finish hardware units, unless
otherwise indicated. Where specific hardware is not indicated provide hardware items best
suited for function and service. Provide hardware of heavy duty service grade.
1. Hinges: Institutional type, 5 knuckle. Provide one pair for doors less than 1220 mm
high and 1-1/2 pair for doors over 1220 mm.
2. Rectangular Pulls: Provide 8 mm square by 100 mm wide satin finished stainless steel
pulls for drawers and doors. Provide 2 pulls each for all drawers over 610 mm wide.
3. Door Catches: Nylon roller spring catch or dual self-aligning permanent magnet type.
Provide 2 catches on doors over 1220 mm high.
4. Drawer Slides: Provide heavy duty full extension drawer slides sized to the anticipated
drawer loading and shall permit easy removal, and yet prevent inadvertent drawer
removal. Provide slides in black chemical resistant finish.
a. Drawers 75 mm or deeper inside and up to 915 mm wide or not greater than
667.5 N load; similar or equal to Accuride No. 4034.
b. Drawers 75 mm or deeper inside and over 915 mm wide or not greater than
890 N load; similar or equal to Accuride No. 3640.
5. Label Holders: Provide where indicated, size to receive standard label cards
approximately 25 mm by 50 mm nominal size, finished to match other exposed
hardware.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6. Drawer and Door Locks: Similar or equal to "Remov-A-Core" by National Lock;


5-pin grooved key removable core tumblers with dead bolt, round cylinder only
exposed, satin stainless steel finish, with stainless steel strike plates. Keys shall accept
master and grand-master systems with a minimum of 225 primary key changes and up
to 40 different non-interchangeable master key groups.
a. Provide drawer locks for all uppermost drawer units below countertops,
except at apron drawers. Provide cabinet locks for all base cabinets, except
at sink units. Provide locks in addition to door catches.
7. Sliding Door Hardware Sets: Heavy duty rolling ball bearing sheaves for silent
operation of sliding doors. Provide 5 pin grooved key tumblers same as other locks.
8. Cabinet Base Molding: Extruded vinyl or rubber, black, 100 mm high. Provide on
exposed sides and fronts of floor-mounted cabinets.
9. Leg Shoes: Extruded vinyl or rubber, black, open bottom type.
10. Adjustable Shelf Supports: BHMA B84073, wrought steel, mortise mounted.
11. Adjustable Casework Frame Caps
12. Adjustable Casework Floor Clamps
a. Free standing Cores: Ductile cast-iron with provisions for a minimum of
three concrete floor anchors.
b. Wall Mounted Cores: Die-cast aluminum.
2.06 METAL LABORATORY CASEWORK FABRICATION: ADJUSTABLE AND MODULAR
A. General
1. Flush Doors: Outer pan and inner pan formed and telescoped into box formation, with
channel reinforcements full height on center of each pan. Fill doors solid with
fire-resistant, sound-deadening material.
2. Glazed Doors: Hollow metal stiles and rails of similar construction as flush doors,
with glass held in resilient channel or gasket material.
a. Glass for glazed doors as specified herein.
3. Hinged Doors: Mortise at flanges for hinges and reinforce with minimum 1.6 mm,
welded inside inner pan at hinge edge. Provide nylon roller catches and stainless steel
strike welded to door assembly.
4. Drawers: Assemble fronts from telescoping inner and outer pans, designed to
eliminate raw edge of steel at top. Fabricate sides, back and bottom of one piece, with
rolled or formed top of sides for stiffening and comfortable grasp for drawer removal.
Weld drawer front to sides, back and bottom to form a single, integral unit. Provide
drawers with rubber bumpers, runners and positive stops to prevent metal-to-metal
contact or accidental removal.
a. Sound deaden drawer heads with an approved material.
5. Adjustable Shelves: Provide adjustable shelves in casework unless otherwise
indicated. Reinforce shelves more than 762 mm in length and 450 mm in depth with
hat channels. Form sides and ends formed down, and returned to front and back.
a. Provide full depth shelves in base cabinets.
6. Drawer Guides: Provide nylon rollers with metal guide channels, with integral stops to
eliminate accidental removal of drawer. Include provisions to prevent rebounding
action when doors are closed.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Filler Strips: Provide where required for closing space between cabinets and walls and
ceilings, of same material and finish as cabinets. Hem exposed edges. Job fabricated
fillers not acceptable.
8. Utility Space: Provide space, cutouts and holes for pipes, conduits and fittings in
cabinet bodies to accommodate services and their support-strut assemblies.
9. Service Drop Enclosures: Provide full height service drop enclosure matching
adjacent casework construction in all respects. Provide access. panels at countertop
and at ceiling terminations.
B. Special Cabinets
1. Solvent Storage Cabinets: Cabinets shall conform to NFPA 30 and certified by
Factory Mutual or Under-Writers Laboratory. Construct cabinet bottoms, tops, doors
and sides of No. 1.3 mm sheet steel and double walled with 38 mm air space. Joints
shall be riveted or welded. Provide door with a three-point latch arrangement and the
door sill shall be raised at least 50 mm above the bottom of the cabinet to retain
spilled liquid within the cabinet.
a. For hoods specified with solvent or waste solvent storage base cabinets.
Refer to Section 11610 Laboratory Fume Hood for venting requirements.
2. Acid Storage Cabinets
a. “Resisto-Roc” lining and shelf surface
b. Shelf adjustable in 2.5mm increments.
c. Leveling glides provided for exact alignment.
d. Optional vent fabricated from polypropylene.
C. General Requirements For Tables
1. Work surface support frame: 3.0 mm cold rolled steel tubing. Cabinet support
channels: 2.0 mm cold rolled steel. Weld members using the inert gas process.
2. Support Arms
a. Cantilever support arms: 3.0 mm cold rolled steel.
b. 4 leg adjustable height support arms: 3.0 mm cold rolled steel.
3. End Caps: Flame resistant ABS plastic, color matched.
4. Finish: Chemical resistant powder paint finish in manufacturer’s standard color to be
selected.
D. Cantilever Table Frame
1. Capable of vertical adjustment in 25mm increments.
2. Hanging Hook: Five support fingers of 3.0 mm cold rolled steel.
3. Leveling/Locking Stud: Provide in leg member and design to engage the upright and
provide a positive means of locking the cantilever table frame to the upright. Stud
shall be capable of raising front edge of the work surface 3 – 3.8 mm for leveling
purposes.
4. Cantilever table frame shall provide support channels from which suspended cabinets
can be hung and adjusted horizontally.
5. Total width of suspended cabinets must be less than the table width to allow for
clearance for table frame uprights on 600 mm deep table frames.
6. Weight Capacity: Work surface plus 2670 N.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Structural Table Base


1. Capable of attaching to and providing support for cores and panels.
2. Leg members shall have two finger locking hooks.
3. Base unit shall provide support channels from which suspended cabinets can be hung
and adjusted horizontally.
F. Steel Cabinet Finishing: Finish steel furniture system as follows:
1. Pretreatment: After assembly, thoroughly clean surfaces of grease, dirt, oil, flux and
other foreign matter by physical and chemical means. Treat entire unit with metallic
phosphate process leaving surfaces with uniform, fine-grained, crystalline phosphate
coating providing excellent bond for subsequent finish.
2. Finish: Provide manufacturer's standard chemically resistant paint finish with a
smooth, satin luster finish.
3. Colors
a. Cabinets: Petal White (PW) (Hamilton Industries)
b. Doors: Sand White (SW) (Hamilton Industries)
2.07 ADJUSTABLE CASEWORK SYSTEM COMPONENTS
A. General Requirements For Cores and Panel Type Support Structures
1. Riser Uprights: 1.6 mm cold rolled steel supplied with leveling guides.
2. Frames: Cold rolled steel, resistance welded. Frame members and tie rail brackets:
1.6 mm; corner gussets: 1.9 mm.
3. Tie Rails: 1.9 mm cold rolled steel.
4. Base Cover: 1.3 mm cold rolled steel.
5. Slotted adjustment punched into riser upright, notched for one inch adjustment of
components supported off riser upright.
6. Riser Cap: Flame resistant ABS plastic, color matched.
7. Closure Panels: 1 mm cold rolled steel.
8. Closure Panel Fasteners: “Dual – lock”
9. Adjustable Floor Clamps: Two per core or frame; 80-55-06 ductile cast iron.
10. Plug Caps: ABS flame retardant plastic, color matched.
B. Island Cores: Depth 300mm
1. Floor Clamps: 80-55-06 ductile cast iron, supplied with three rawl bolts for concrete
floor anchorage.
2. Core shall be capable of having removable uprights and reagent shelf.
3. Core shall be capable of having reagent shelf and uprights added after installation.
4. Core, when secured to floor, shall be capable of supporting worst-case loading
conditions without endriggers.
5. Hanging components (cantilever table frames, wall cases, shelves, etc.) shall be
vertically adjustable in 25 mm increments.
6. Closure panels shall snap on without tools and shall be removable without removal of
cantilever table frames or suspended cabinetry.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Wall Cores: Depth 8.75 mm


1. Cross Rails: 1.6 mm cold rolled steel.
2. Core shall be capable of having removable uprights and reagent shelf.
3. Core shall be capable of having reagent shelf and uprights added after installation.
4. Core, when secured to wall and floor, shall be capable of supporting worst-case
loading conditions.
5. Hanging components (cantilever table frames, shelves, etc.) shall be vertically
adjustable in one inch increments.
6. Closure panels shall snap on without tools and shall be removable without removal of
cantilever table frames or suspended cabinetry.
D. Outer Shelves
1. Capable of being locked into position
2. Brackets rise above shelf surface to provide sides, except for top shelf where brackets
lower to form sides.
E. Hutch Type Door Case: Door swings up and into cabinet body
F. Mobile Cart Workstation Unit
1. Modular dimensioned system of support structures and shelves.
2. Support structure for tables, storage units and shelves.
3. System Requirements
a. Independently supported work surfaces, under counter cabinets and overhead
storage components.
b. Structural components essentially self supporting and independent of the
building structure.
c. Fastening devices cannot be accidently released from framing system.
d. Cabinets can be relocated fully loaded.
4. Casters: Provide four 75 mm wheels each capable of carrying 166 kg.
2.08 SINKS
A. Provide the following types of sinks where indicated:
1. General Service Sinks
2. Cup Sinks
B. Sizes: As indicated or manufacturer's closest stock size of equal or greater volume, as
acceptable to Engineer.
C. Outlets: 38 mm diameter, 150 mm minimum length, fabricated of silicon iron, cast epoxy resin,
stainless steel, glass or lead; of same material as sink wherever possible, or as otherwise
acceptable to Engineer.
D. Overflows: For each sink, except cup sinks, provide overflow of standard beehive or open top
design and with separate strainer. Height 50 mm less than sink depth. Provide in same
material as sink.
E. Cast Epoxy Resin Sinks: Black, molded in one piece with surfaces smooth, corners coved and
bottom sloped to outlet. Minimum physical properties and chemical resistance as specified for
cast epoxy resin tops. Thickness, 13 mm minimum.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Stainless Steel Sinks: 18 gauge, Type 302/304 or 316. Fabricate with horizontal and vertical
corners rounded and coved to at least 16 mm radius. Slope sink bottoms to pitch to outlet.
Provide double wall construction for sink partitions with top edge rounded to at least 13 mm
diameter. Continuous butt weld joints and provide factory punching for fixtures.
1. When stainless steel sinks are part of stainless steel tops, weld sink units to tops and
finish to produce an integral unit with invisible joint line.
2. Provide approximately 3.2 mm thick heat-resistant underseal to undersink surfaces for
condensation prevention and sound-deadening.
3. Trims: Provide stainless steel sinks with integral rim or sink ring, for setting in mastic
or sealant to form a positive seal with top, when sink units are secured to tops of other
than stainless steel.
G. Cup Sinks: Provide cast epoxy resin [stainless steel] cup sinks, where indicated on Drawings.
Conform sinks to requirements specified for tops of same material; if different material
conform to manufacturer recommendations.
1. Stainless Steel Cup Sinks: Where stainless steel cup sink is installed in stainless steel
top, weld thereto and finish to produce invisible joint without solder or fillers. Furnish
with tailpiece integral with cup sink units.
2.09 SPECIALTY ITEMS
A. Fixtures and Fittings: Fabricate laboratory furniture system and fume hoods to receive
Laboratory Fixtures and Fittings. Furnish Laboratory Fixtures and Fittings to other trades for
final connections.
B. Fume Hoods: Provide Fume Hoods in accordance with Section "Laboratory Fume Hoods".
C. Reagent Racks: Single-face or double faced units as required fabricated of manufacturer's
standard design to suit type and composition of top units.
1. Provide reagent shelves of same material and construction as contiguous tops.
D. Pegboards: Provide 25 mm thick white epoxy resin pegboards for glassware, and other items as
indicated. Provide glassware pegboards 610 mm long by 875 mm high, unless otherwise
indicated. Finish face back and edges of all surfaces. Provide polypropylene pegs 13 mm
diameter with glassware protector base. Base of pegs shall be two prong type for mechanical
embedment into pegboard. Provide pegboards with a sloped bottom channel of satin type 302
stainless steel, sloped to sink drain and secured with flush stainless steel fasteners.
E. Wall Mounted Shelving
F. Microscope Countertop: To match epoxy top specifications of this Section with 280 mm
diameter cot-out having apron on back portion. Provide under-counter supports.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine conditions at the job site where Work of this Section is to be performed to insure
proper arrangement and fit of the Work. Start of Work implies acceptance of job site
conditions.
3.02 PREPARATION
A. Examine the Contract Drawings and specifications in order to insure the completeness of the
Work required under this Section.
B. Verify measurements and dimensions at the job site and cooperate in the coordination and
scheduling of the Work of this Section with the Work of related Trades, so as not to delay job
progress.
C. Furnish templates as required to other trades for location of inserts, support and anchorage
items.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.03 INSTALLATION
A. Pre-Installation Meeting: Meet at project site prior to delivery of Work and review coordination
and environmental controls required for proper installation and ambient conditioning in areas to
receive Work. Include in meeting the Construction Manager, Contractor, Engineer and other
Employer Representatives, installers of Work, wet Work such as plaster patching, taping and
spackling of gypsum wallboard, other finishes, painting, mechanical Work and electrical Work,
and firms or persons responsible for continued operation (whether temporary or permanent) of
HVAC system as required to maintain temperature and humidity conditions. Proceed with
Work installation only when everyone concerned agrees that required ambient conditions can
be properly maintained.
B. Install the laboratory furniture system in strict accordance with manufacturer's installation
instructions under the direct supervision of a manufacturer's representative.
C. Install Work plumb, level, true and aligned with no distortions. Shim as required, using
concealed non-corrosive metal shims. Where laboratory furniture system abuts other finished
Work, scribe and apply filler strips for accurate fit with fasteners concealed where practicable.
D. Adjustable / Modular Furniture system
1. Install framework and countertops straight, plumb and level. Adjust Work within 1/16
inch (1.6 mm) of a single plane. Provide provisions for installation of flexible
cabinetry. Do not secure elements of flexible furniture system designed to be removed
to building structure.
2. Assemble units into one integral unit with joints flush, tight and uniform. Align similar
adjoining doors and drawers to a tolerance of 1/16 inch (1.6 mm).
E. Adjust casework and hardware so that doors and drawers operate smoothly without warp or
bind. Lubricate operating hardware as recommended by manufacturer.
F. Sinks
1. Set top edge of sink unit firmly pressed to underside of countertop, set in
manufacturer's recommended chemical resistant sealing compound to produce a tight
and fully leakproof joint. Adjust sink and securely support to prevent movement.
2. Underside Installation: Use manufacturer's recommended adjustable support system
for table-type and cabinet-type installations.
3. Semiflush Installation: Use stainless steel sink frame, complete with clamping lugs and
pads. Before setting, apply a full coat of manufacturer's recommended sealant under
rim lip and along top. Omit sink frame if sink fabricated with integral rim seal.
G. Accessories: Install accessories units in accordance with manufacturer's directions. Turn
screws to a flat seat; do not drive. Adjust moving parts to operate freely without excessive
bind.
3.04 DEMONSTRATION
A. The laboratory furniture system Manufacturer shall provide technically qualified
representatives for a period of seven (7) full business days, minimum, to thoroughly instruct the
Employer's personnel in correct procedures of operating and maintaining materials and fixtures
and fittings installed under this Work.
B. The instruction period shall be set at the times, locations and calendar dates, not necessarily
consecutive, as required by the Employer.
3.05 CLEANING AND PROTECTION
A. Upon completion of the installation in any area, remove waste and excess materials and
equipment. Leave installation in a clean and finished condition. Maintain factory applied
protective wrapping and coverings to work. Remove debris and waste materials daily.

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Protection: Additionally furnish advice of procedures and precautions for protection of


laboratory furniture system from damage until acceptance of the Work by the Employer.
Advise of the required temperature/humidity conditions which must be maintained during the
remainder of the construction period.
1. Cover furniture system with a minimum protection of 6 mil (0.15 mm) polyethylene
film for protection against soiling from construction activities during the remainder of
the Project construction period.
2. Maintain strippable protective wrapping in place until time of final cleaning.
C. Cleaning: Just prior to request for Final Acceptance, clean laboratory furniture system, inside
and out. Remove protective wrapping and coverings and repair minor imperfections. Verify
that all components are fully functional and that movable items are in free working order.
1. Make provisions to secure area until time of review for Final Acceptance by the
Employer.
D. Defective Work: Repair or replace defective Work as directed. Repairs shall be of same
quality as new. Repairs not acceptable to the Employer shall be removed and replaced with new
items to match original non-defective work in all respects.
E. Finish Repair: Touchup finishes as required and as directed. Repairs shall be of same quality as
new. Repairs not acceptable to the Employer shall be removed and replaced with new items to
match original undamaged work in all respects.

END OF SECTION

© 01 International W.L.L Modular Steel Laboratory and Workstation System


12346-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12347
MODULAR WOOD LABORARORY AND WORKSTATION SYSTEM

PART 1 - GENERAL
1.01 SUMMARY
A. Provide Laboratory Furniture Systems and related Work in accordance with the requirements of
the Contract Documents.
B. Work Included: The Work of this Section shall include, but not be limited to, the following:
1 Wood Laboratory Casework: A complete system of modular, adjustable components
including, but not limited to, the following:
a. Base Cabinets, Wall Mounted Cabinets, Freestanding Cabinets and Full
Height Storage Cabinets; Including shelving and accessories.
b. Chemical Storage Cabinets; Sealed and Vented Types.
c. Cabinet Understructure for Fume Hoods and Special laboratory Equipment.
d. Balance, Utility and Instrument Tables; Fixed, Movable and Rolling.
e. Service Head Walls and Chases.
f. Service Drop Enclosures.
g. Ceiling Mounted Service Fixture Panels.
h. Shelving Units; Open and Concealed.
i. Racks and Pegboards.
j. Other Items As Indicated.
2. Countertops; cantilevered and freestanding and cabinet mounted.
3. Sinks
4. Mechanical Service Fixtures and Fittings for installation by other trades.
5. Electrical Service Fixtures and Fittings for installation by others.
C. Related Work Specified Elsewhere
1. Installation and connection of Mechanical Service Fixtures and Fittings
2. Connection of Fume Hoods to ductwork
3. Installation and connection of Electrical Service Fixtures and Fittings
4. Firestopping.
5. Special Laboratory Equipment.
6. Understructure support system for laboratory services and equipment, when not
required or specifically provided by Laboratory Furniture System manufacturer.
1.02 QUALITY ASSURANCE
A. Materials and Work shall conform to the latest edition of reference specifications specified
herein and to applicable codes and requirements of local authorities having jurisdiction,
whichever is more stringent.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Qualifications
1. Provide laboratory furniture system as a complete system from a single manufacturer
to provide undivided responsibilities for this Work.
2. Laboratory furniture system and fitting manufacturer shall meet the following
qualifications:
a. Minimum of five years experience in the manufacture of furniture system and
fittings as specified herein.
b. Minimum of five completed installations of equal size and requirements
which can be inspected prior to the award of the contract.
c. Technical resources of sufficient scope to assure prompt and satisfactory
performance in the production and delivery of Work specified so as not to
delay the progress of the Work.
d. Technical resources of sufficient scope to assure prompt and satisfactory
installation of the laboratory furniture system and fittings.
C. Catalog Standards
1. Manufacturer's catalog numbers may be shown on Drawings for convenience in
identifying certain laboratory furniture system components. Unless modified by
notation on Drawings or otherwise specified, catalog description for indicated number
constitutes requirements for each such cabinet.
2. The use of catalog numbers and specific requirements set forth in Drawings and
specifications, are not intended to preclude the use of any other approved
manufacturer's product or procedures which may be equivalent, but are given for
purpose of establishing standard of design and quality for materials, construction and
workmanship.
E. Job Mockup
1. After approval of product data, shop drawings, samples and certificates specified
herein, supply laboratory service fixtures and fittings for mockup lab. Lab shall be
complete with materials, equipment and work specified herein. Do not deliver
remaining materials, equipment and items until approval of mockup has been
obtained.
2. Provide special features as directed by the Engineer for contiguous work. Reconstruct
mockup when directed by the Engineer until it meets with the approval of the
Engineer.
3. Retain mockup during construction as standard for judging completed work. Do not
alter, move or destroy mockup until work is completed and accepted. Mockup may,
with approval of Engineer, become part of the complete work.
1.03 SUBMITTALS
A. Product Data: Submit copies of manufacturer's latest published literature on materials specified
herein for approval, and obtain approval before materials are fabricated and delivered to the
site. Data shall include the following:
1. Design and functional features of each item.
2. Data on each material and item to be incorporated into the Work, the location of each
material and item and its relationship to adjacent Work of this Section and other
sections.
3. Submit with product date sample copies of warranties to be issued.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Shop Drawings: Submit for Shop Drawings prior to fabrication and shipment of materials to the
job site.
1. Shop Drawings shall show locations of Work in the Project, plans, elevations, ends,
cross sections, service run spaces, location and type of service fixture with lines
thereto. Indicate materials, sizes, shapes, thicknesses; location and installation
requirements for fasteners and anchors; joint and connection to other Work. Include
layout of units with relation to surrounding walls, doors, windows, and other building
components.
2. Floor plans shall show item with sheet number, room number and names; location of
assemblies, center line locations of sink, cup sink, service fittings from wall to wall.
Services shall be identified by type numbers.
3. Coordinate Shop Drawings with other Work involved.
C. Samples: Submit 150 mm by 150 mm samples of specified finishes, including top material.
Samples will be reviewed by Engineer for color, texture and pattern only.
1. Submit one full-size sample of finished base cabinet unit complete with hardware,
doors and drawers, without finish top.
2. Submit one full-size sample of finished wall-mounted cabinet unit complete with
hardware, doors and adjustable shelves.
3. Furnish both hinged and sliding door samples.
4. Submit full-size samples of sink units and accessories.
5. Acceptable sample units will be used for comparison inspections at Project. Unless
otherwise directed, acceptable sample units may be incorporated in Work. Notify
Engineer of their exact locations. If not incorporated in Work, retain acceptable
sample units in building until completion of Work and remove sample units from
premises when directed by Engineer.
1.04 DELIVERY, STORAGE AND HANDLING
A. Exercise proper care in the handling of Work so as not to injure the finished surfaces, and take
proper precautions to protect the Work from damage after it is in place. Do not deliver Work
until painting, wet Work, taping and spackling of gypsum wallboards and similar operations
which could damage, soil or deteriorate Work have been completed in installation areas and
buildings HVAC system is in operation. Coordinate on location of storage facilities for the
Work of this Section. Coordination shall include security provisions. Advise of temperature and
humidity requirements for installation areas. Do not deliver Work until required temperature
and relative humidity have been stabilized and will be maintained in installation areas.
1.05 JOB CONDITIONS
A. Coordinate the Work of this Section with the Work of other Sections. Protect finished surfaces
from soiling and damage during handling and installation. Keep covered with polyethylene film
or other protective covering.
1.06 WARRANTY
A. In addition to the general warranty provisions of the Contract Documents, warrant the work
provided under this Section, to be free from defects in materials or workmanship for a period of
three (3) years from the date of final acceptance.
B. Execute and deliver to the Employer with copies to the Engineer before final payment is made,
a written warranty in a satisfactory form, stating that labor and materials furnished, and work
performed are in accordance with the Contract Documents and authorized alterations and
additions thereto.
C. Also, should any defects develop during the warranty period and upon written notice from the
Employer, the defective item shall be replaced or satisfactorily repaired, including adjustments
to adjacent work as required. This will be at the convenience of, and without expense to, the
Employer.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.07 PERFORMANCE REQUIREMENTS


A. System Performance Requirements: Design, engineer, fabricate and install the laboratory
furniture system; including the work of Sections, to withstand the assemblies dead loads, use
loads and the following structural loads without exceeding the allowable design working stress
of the materials involved, including anchors and connections and without permanent
deformation or breakage. Apply each load to produce the maximum stress in each respective
component of each fabrication. Provide components and underlying supports sized and
constructed to sustain the following loading criteria:
1. Countertops and Tabletops: A uniform load of 100 lbs. per sq. ft. with a concurrent
concentrated load of 200 lbs at any point.
2. Adjustable Shelving within Casework and Casework Interior Bottoms: Uniform load
of 50 lbs. per sq. ft.
3. Reagent Shelves: Uniform load of 50 lbs. per sq. ft.
4. Open Shelving: Uniform load of 50 lbs. per sq. ft.
5. Slide-Out Chemical Drawers: Concentrated load of 200 lbs at any point.
6. Drawers: Uniform load of 25 lbs. per sq. ft. for drawers with less than 3 inches (75
mm) high interior clearance and 50 lbs per sq. ft. for drawers 3 inches (75 mm) high
or greater clearance.
7. Wall Mounted Cantilevered Casework and Tops: The additive loads of all components
specified hereinbefore, and the dead load of the casework.
8. Floor Mounted Casework: The additive loads of all components specified
hereinbefore, and the dead load of the casework system.
9. Exposed and Concealed Support Structures: The additive loads of all components
specified hereinbefore, and including loads from fume hoods, laboratory services and
other work incorporated into the support structure systems. Provide supports structure
systems free from sway and other movement when subject to use during laboratory
operations.
B. Seismic Drift: Design to withstand minimum lateral movements for Seismic Zone 1. Work shall
be capable of withstanding stresses produced by lateral forces of magnitude found in Zone 1.
1. Connections: Design connections for 4/3 times specified forces. Design bolts, inserts,
welds, dowels and similar fasteners to withstand 4 times specified forces.
2. Lateral Acceleration: Accommodate minimum seismic design forces of not less than
0.3 times weight of supported element.
3. Provide miscellaneous steel framing not shown on drawings which is required to
satisfy seismic criteria.
C. Dead Loads: Design to sustain the dead load created by the individual item of laboratory furniture
system, including dead load from fume hoods, laboratory services and other work incorporated
into the furniture system.
D. Maintenance Loads: Design horizontal surfaces of laboratory furniture systems which can be
stepped onto or have horizontal shelf like projections to sustain a uniform load of 100 pounds per
square foot and a concentrated load, non-concurrent, of 300 lbs in any location.
E. Service Access: Provide Laboratory Furniture Systems designed to allow access to service chases
and service fixture and fitting connections by use of removable cabinet’s backs, access panels and
other service accessories. All locations of field connection to factory assemblies shall be located
to be accessible in the final installation.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 WOOD CASEWORK (LABORATORY FURNITURE)
A. General
1. All casework shall be of modern design and in accordance with the best practices of
the wood laboratory furniture industry.
2. Construction and design shall result in "Built-in" installation cabinetry with the
appearance of flush overlay construction without protuberances.
3. Reveals shall be 10mm wide, spaces between doors & drawers shall be 2mm vertically
between doors, and 3mm horizontally between doors and/or drawers.
4. Reveals shall be continuous and uniform throughout.
5. All base units shall have an internal toe spaces of 10.2cm high x 7.6cm deep
6. All casework shall be of rigid box construction and self-supporting for use
interchangeably in a group or for use as single units.
7. All screws to be of die cast steel.
B. Countertops
1. Cast Epoxy Resin: Provide monolithic, seamless cast epoxy tops.
a. Factory molded tops of modified epoxy resin formulation, uniform mixture
throughout full thickness. Color, non-glaring White.
b. Physical Properties: Flexural strength – 27560 kPa; compressive strength –
96460 kPa; hardness, Rockwell M - 197; water absorption in 24 hours - 0.05
percent; heat distortion point – 204 degrees C; highly resistant to thermal
shock.
c. Chemical Resistance: Spot test of following reagents in standard laboratory
concentrations, in contact with finished top for 24 hours; top shall be entirely
unaffected or show only slight dulling of finish:
1). Glacial acetic acid.
2). Hydrochloric acid.
3). Nitric acid.
4). Phosphoric acid.
5). Sulphuric acid.
6). Chromic acid.
7). Ammonium hydroxide.
8). Calcium hypochlorite.
9). Sodium hydroxide.
10). Acetone.
11). Amyl acetate.
12). Aqua regia.
13). Benzene.
14). Butyl alcohol.
15). Ethyl acetate.
16). Ethyl alcohol.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

17). Ethyl ether.


18). Formaldehyde.
19). Hydrogen peroxide.
20). Methyl alcohol.
21). Methyl ethyl ketone.
22). Kerosene
23). Phenol.
24). Silver nitrate.
25). Trichloroethylene.
26). Xylene.
27). Zinc chloride.
d. Finish: Provide epoxy surfaces cast with very smooth surfaces.
2. Chemical Resistant Plastic Laminate Tops: Chemical Resistant Plastic Laminate:
similar or equal to "Chemsurf" by WilsonArt, NEMA Publication LD3. Provide
chemical resistant plastic laminate sheet, with satin finish, in standard colors as
selected. Provide chemical resistant plastic laminate in all surfaces of all components
(Exposed, Semi-Exposed and Concealed) indicated to receive plastic laminate finish.
a. Core Material: Provide marine grade exterior plywood or phenolic resin
particleboard core plywood for plastic laminate tops. Tops shall be 31.4 mm
thick.
3. All countertops shall be molded from a modified epoxy-resin cured to provide
optimum chemical and physical resistance for heavy-duty laboratory work conditions.
Matt finish non-glare surfaces
4. All joints shall be bonded with an approved epoxy tight. Countertops shall be custom
fabricated from detailed shop drawings (submitted by successful bidder) including
sink cutouts, drillings and field dimension cuts.
5. All countertops shall have a thickness not less than 2.5cm. Refer to 1:50 loaded
drawings for exact length of countertop.
C. Base units
1. All base unit components shall be fastened with a combination of dowels, screws and
K.D. fittings providing the ability to interchange components in the field.
2. Base unit sides, backs, bottom drawer fronts, hinge doors, toe space panels shall all be
constructed of 1.9cm plywood or particleboard panel 45 1b density, melamine
surfaced and sealed on both sides against moisture absorption.
3. Shelves shall be 1.9cm thick of the same material & adjustable on 3.1cm centers.
a. Base unit backs shall be provided with openings for access to mechanical
services as provided on drawings.
4. All exposed particleboard edges shall be protected by a molded seamless polyurethane
edge.
5. Drawer fronts shall be attached to drawer body with machine screws into throated
inserts.
D. Wall cases
1. Sides, tops, bottoms backs and shelves shall be 1.9cm plywood or particleboard panels
45 1b density melamine surfaced and sealed on both sides against moisture absorption

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. All components shall be attached with K.D. fittings.


3. Exposed edges to be banded with PVC
4. Sliding doors of framed glass 6mm float. Top and bottom edges shall slide in rigid
PVC track. Rubber stops to provide fingertip protection.
E. Hardware
1. Hinges shall be 125 swing, nickel plated swing arm and cup. The hinges shall have
three (3) dimensional adjustability
2. All hinges concealed.
3. Drawer slide shall be epoxy coated with nylon bearings for grease free operation with
no side-to-side movement.
4. Full extension drawers
5. Locks shall be cylinder type with 4 tumblers providing a key change and master
keying. Shall be furnished in a satin chrome finish with 2 brass keys per lock.
6. All pulls and handles shall be injection molded plastic polypropylene.
F. Sinks
1. Cast-in sink shall be made of molded epoxy. The sink shall be integrally molded in the
counter top to form a continuous flow from the top surface to the sink walls.
2. The sink shall be supplied complete with all fittings and piping accessories to connect
with service outlets.
G. Service Trunking
1. Shall be modular and interconnecting to provide continuous utility access.
2. Shall be bench mounted, 15cm high, and 20cm deep for wall assemblies and 22cm
deep for island assemblies.
3. Lengths to be supplied as required
H. Socket Outlets
1. High resistance to arc tracking
2. High die-electric strength
3. Resistant to acids, bases, and solvents (including water)
4. Heavy duty construction
5. Refer to 1:20 loaded drawings for exact locations and quantities of socket outlets.
I. Gas fixtures
1. Epoxy coated
2. Heavy duty construction
3. Turret cock
J. Water fixtures
1. Epoxy coated
2. Hot and cold faucets with approximately 6”-8” swing gooseneck
K. Contractor shall submit detailed shop drawings, based on actual room sizes, for all rooms for
approval by the Consultant.
1. Colors and samples of materials shall be submitted, as appropriate, for selection and
approval by the Client.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Refer to detailed loaded drawings for dimensions and details.


2.02 RELATED MATERIALS
A. Glass: Provide laminated safety glass composed of two sheets of clear, ASTM C1036, Type I,
Class 1, double strength, quality q3 (Grade "B") sheet glass permanently laminated with a sheet
of clear plasticized polyvinyl butyral. Provide glass of 1/4 inch (6.4 mm) nominal thickness,
unless otherwise indicated.
B. Stainless Steel: AISI Series 300 Types 302, 304 or 318. Provide manufacturer's standard acid
bath treatment and No. 4 satin finish.
C. Sealants: Provide manufacturer's standard chemical and acid resistant sealants.
D. Miscellaneous Items: Provide miscellaneous items, best suited for intended use and service
environment, as shown or as required for location of use indicated.
2.03 FABRICATION, GENERAL
A. General
1. Fabricate laboratory furniture to dimensions, profiles and details shown.
2. Assemble units in the shop in as large components as practicable to minimize field
jointing.
3. Install hardware uniformly and precisely after final finishing is complete. Set hinges
snug and flat in mortises unless otherwise indicated. Turn screws to flat seat. Adjust
and align hardware so that moving parts operate freely and contact points meet
accurately. Allow for final field adjustment after installation.
2.04 WOOD LABORATORY FURNITURE SYSTEM FABRICATION
A. Wood Laboratory Furniture system
1. Definitions: The following definitions apply to wood laboratory casework units:
a. "EXPOSED" portions of casework include surfaces visible when doors and
drawers are closed. Bottoms of cases more than 4 feet (1220 mm) above floor
shall be considered as exposed. Visible members in open cases or behind
glass doors also shall be considered as exposed portions.
b. "SEMI-EXPOSED" portions of casework includes those members behind
opaque doors, such as shelves, divisions, interior faces of ends, case back,
drawer sides, backs and bottoms and back face of doors. Tops of cases 6
feet-6 inches (1980 mm) or more above floor shall be considered
semi-exposed.
c. "CONCEALED" portions of casework include sleepers, web frames, dust
panels and other surfaces not usually visible after installation.
2. Exposed Materials: Do not use exposed faces of lighter-than-average color joined with
exposed faces of darker-than-average color. Do not use two adjacent faces which are
noticeably dissimilar in grain, figure and natural character markings.
3. Units shall be flush front construction. Drawer heads and hinged doors shall be square
edge, flush overlap design and shall overlap opening on edges.
4. Interior of units shall be flush, cupboard bottom shall be set flush with bottom front
rail and cupboard sides shall be flush with front end facers. Surface mounted cupboard
bottoms and offsets caused by front face frames which interfere with ease of cleaning
are not acceptable.
5. Cabinets and cases shall be of the size and configuration shown on the Drawings or by
catalog number reference to approved manufacturer specified herein.
6. Joints shall be mortised, tenoned or rabbetted, glued and screwed.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Provide solid members for base unit top, bottom, front, back and side horizontal and
vertical rails, front side and back rails of intermediate frame below drawers, toe space
rails, table frame, door frames, divider frame, upper and tall case top and bottom rails.
8. Provide finished plywood for exposed ends on base units, wall, upper and tall cases;
unexposed ends of wall, upper and tall cases with swinging or sliding glass doors;
open units; wall, upper and tall case shelves in cases with swinging or sliding glass
doors; drawer fronts; top and bottom of open units wall, upper and tall cases with
swinging or sliding glass doors; drawer sides and drawer backs; doors for base units,
wall and upper doors for tall cases.
9. Provide plywood for unexposed base cabinet ends; unexposed ends of wall, upper and
tall cases with solid swinging or sliding doors; base unit, wall, upper and tall case
shelves in cases with solid swinging or sliding doors; tops and bottoms of tall cases
with solid swinging or sliding doors; top and bottom of wall, upper cases; base unit
bottoms.
10. Wood Finishing: Provide complete factory finish to comply with chemical and
physical resistance requirements as specified. Provide wood finishing as follows:
a. Preparation: Sand wood surfaces, using machine and hand methods. Remove
machine marks, cross sanding, tool marks or other surface blemishes.
b. "Exposed" Finishes: Carefully sand finishes after each surface treatment.
Finishes wood casework to match approve samples. Provide finishing as
follows:
1) A series of toner and sealer coats to provide a uniform base to
receive subsequent finishing.
2) Stain as required to match approved sample(s).
3) Mineral filler, to fill open grained woods.
4) Multiple coats of highly chemical resistant finish, heat dried and
sanded between each coat to produce a smooth, satin luster free of
imperfections.
c. "Semi Exposed" Finishes: Apply sealer coats, colored to match exposed
portions, and follow with heavy application of clear, water repellent finish
coat to provide a smooth, washable surface.
d. "Concealed" Portions: Provide a heavy coat of clear water repellent finish.
2.05 SPECIALTY ITEMS
A. Fixtures and Fittings: Fabricate laboratory furniture system and fume hoods to receive
Laboratory Fixtures and Fittings. Furnish Laboratory Fixtures and Fittings to other trades for
final connections.
B. Fume Hoods: Provide Fume Hoods in accordance with Section "Laboratory Fume Hoods".
C. Reagent Racks: Single-face or double faced units as required, fabricated of manufacturer's
standard design to suit type and composition of top units.
1. Provide reagent shelves of same material and construction as contiguous tops.
D. Pegboards
1. Provide 25 mm thick white epoxy resin pegboards for glassware, and other items as
indicated.
2. Provide glassware pegboards 610 mm long by 875 mm high, unless otherwise
indicated. Finish face back and edges of all surfaces.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Provide polypropylene pegs 13 mm diameter with glassware protector base. Base of


pegs shall be two prong type for mechanical embedment into pegboard. Provide
pegboards with a sloped bottom channel of satin type 302 stainless steel, sloped to
sink drain and secured with flush stainless steel fasteners. Provide pegs for each
pegboard of the following exposed lengths:
a. Provide seven (7) pegs, 200 mm long.
b. Provide fourteen (14) pegs, 163 mm long.
c. Provide seventeen (17) pegs, 125 mm long.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine conditions at the job site where Work of this Section is to be performed to insure
proper arrangement and fit of the Work. Start of Work implies acceptance of job site
conditions.
3.02 PREPARATION
A. Examine the Contract Drawings and specifications in order to insure the completeness of the
Work required under this Section.
B. Verify measurements and dimensions at the job site and cooperate in the coordination and
scheduling of the Work of this Section with the Work of related Trades, so as not to delay job
progress.
C. Furnish templates as required to other trades for location of inserts, support and anchorage
items.
3.03 INSTALLATION
A. Pre Installation Meeting
1. Meet at project site prior to delivery of Work and review coordination and
environmental controls required for proper installation and ambient conditioning in
areas to receive Work.
2. Include in meeting the Construction Manager, Contractor, Engineer and Employer’s
Representative, installers of Work, wet Work such as plaster patching, taping and
spackling of gypsum wallboard, other finishes, painting, mechanical Work and
electrical Work, and firms or persons responsible for continued operation (whether
temporary or permanent) of HVAC system as required to maintain temperature and
humidity conditions.
3. Proceed with Work installation only when everyone concerned agrees that required
ambient conditions can be properly maintained.
B. Install the laboratory furniture system in strict accordance with manufacturer's installation
instructions under the direct supervision of a manufacturer's representative.
C. Install Work plumb, level, true and aligned with no distortions. Shim as required, using
concealed non-corrosive metal shims. Where laboratory furniture system abuts other finished
Work, scribe and apply filler strips for accurate fit with fasteners concealed where practicable.
D. Fixed Furniture system
1. Assemble units into one integral unit with joints flush, tight and uniform. If units
exceed maximum handling size, assemble in longest lengths possible. Align similar
adjoining doors and drawers to a tolerance of 1.6 mm

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. Be responsible to furnish accurate locations and sizing of reinforcement


required for incorporation into the work of other trades, needed for the
proper support of Laboratory Furniture system. Furnish items required in
sufficient time for inclusion into the work of other trades.
2. Base Cabinets: Set cabinets straight, plumb and level. Adjust sub tops within 1.6 mm
of a single plane. Fasten each individual cabinet to floor at toe space, with fasteners
spaced 610 mm o.c. Bolt continuous cabinets together. Secure individual cabinets with
not less than 2 fasteners into floor, where they do not adjoin other cabinets.
3. Wall Cabinets: Securely fasten to solid supporting material, not plaster, lath or
wallboard. Anchor, adjust and align wall cabinets as specified for base cabinets.
E. Adjustable / Modular Furniture system
1. Install framework and countertops straight, plumb and level. Adjust Work within 1.6
mm of a single plane. Provide provisions for installation of flexible cabinetry. Do not
secure elements of flexible furniture system designed to be removed to building
structure.
2. Assemble units into one integral unit with joints flush, tight and uniform. Align similar
adjoining doors and drawers to a tolerance of 1.6 mm.
F. Adjust casework and hardware so that doors and drawers operate smoothly without warp or
bind. Lubricate operating hardware as recommended by manufacturer.
G. Tops Provide tops in longest lengths available. Locate seams only where approved on final
Shop Drawings.
1. Field Jointing: Where practicable, make in same manner as factory jointing using
dowels, splines, adhesives and fasteners recommended by manufacturer. Locate field
joints as shown on final Shop Drawings. Factory prepared joints and edges of all field
joints. Field cutting and fitting is prohibited.
a. Use concealed clamping devices for field joints with [impregnated stone]
[plastic laminate] and [hardwood] tops located within 150 mm of front, at
back edges and at intervals not exceeding 50 mm. Tighten in accordance with
manufacturer's instructions to exert a constant, heavy clamping pressure at
joints
b. Join natural stone tops using manufacturer's recommended adhesives and
holding devices to provide joint widths not more than 1.6 mm wide at any
location, completely filled and flush with abutting edges.
2. Adhesive Bonding of Tops: Secure epoxy tops, [natural stone] [composition stone] to
cabinet with epoxy cement applied at each corner and along perimeter edges not more
than 1220 mm on center.
2. Mechanical Fastenings of Tops: Secure stainless steel [impregnated stone] [plastic
laminate] [and] [hardwood] tops to cabinets and supports with "Z"-type fasteners or
equivalent, using 2 or more fasteners at each front, end and back per cabinet or
support unit, but not more than 1220 mm on center.
3. Workmanship: Abut top and edge surfaces in one true plane, with internal supports
placed to prevent any deflection or lippage. Provide flush hairline joints in tops.
Where necessary to penetrate tops with fasteners, countersink heads approximately 3.2
mm and plug hole flush with material equal in chemical resistance, color, hardness and
texture to top surface. Penetrate tops only as identified and approved on final Shop
Drawings.
4. Adjustable / Modular Units: Secure flexible casework tops to supporting framework.
5. After installation, carefully dress joints smooth, remove any surface scratches, clean
and polish entire surface.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

6. Provide holes and cutouts as required for casework, Service Fixtures and Fittings, and
for accessories and equipment indicated by others.
7. Provide scribe moldings for closures at junctures of top, curb and splash with walls as
recommended by manufacturer for materials involved. Use chemical resistant,
permanently elastic sealing compound where recommended by manufacturer.
H. Sinks
1. Set top edge of sink unit firmly pressed to underside of countertop, set in
manufacturer's recommended chemical resistant sealing compound to produce a tight
and fully leak proof joint. Adjust sink and securely support to prevent movement.
2. Underside Installation: Use manufacturer's recommended adjustable support system
for table type and cabinet type installations.
3. Semi flush Installation: Use stainless steel sink frame, complete with clamping lugs
and pads. Before setting, apply a full coat of manufacturer's recommended sealant
under rim lip and along top. Omit sink frame if sink fabricated with integral rim seal.
I. Accessories: Install accessories units in accordance with manufacturer's directions. Turn screws
to a flat seat; do not drive. Adjust moving parts to operate freely without excessive bind.
3.04 DEMONSTRATION
A. The laboratory furniture system Manufacturer shall provide technically qualified
representatives for a period of seven (7) full business days, minimum, to thoroughly instruct the
Employer's personnel in correct procedures of operating and maintaining materials and fixtures
and fittings installed under this Work.
B. The instruction period shall be set at the times, locations and calendar dates, not necessarily
consecutive, as required by the Employer.
3.05 CLEANING AND PROTECTION
A. Upon completion of the installation in any area, remove waste and excess materials and
equipment. Leave installation in a clean and finished condition. Maintain factory applied
protective wrapping and coverings to work. Remove debris and waste materials daily.
B. Protection
1. Additionally furnish advise of procedures and precautions for protection of laboratory
furniture system from damage until acceptance of the Work by the Employer. Advise
of the required temperature/humidity conditions which must be maintained during the
remainder of the construction period.
a. Cover furniture system with a minimum protection of 6 mil (0.15 mm)
polyethylene film for protection against soiling from construction activities
during the remainder of the Project construction period.
b. Maintain strippable protective wrapping in place until time of final cleaning.
C. Cleaning
1. Just prior to request for Final Acceptance, clean laboratory furniture system, inside
and out. Remove protective wrapping and coverings and repair minor imperfections.
Verify that all components are fully functional and that movable items are in free
working order.
a. Make provisions to secure area until time of review for Final Acceptance by
the Employer.
D. Defective Work
1. Repair or replace defective Work as directed.
2. Repairs shall be of same quality as new.

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Repairs not acceptable to the Employer shall be removed and replaced with new items
to match original non-defective work in all respects.
E. Finish Repair
1. Touchup finishes as required and as directed.
2. Repairs shall be of same quality as new.
3. Repairs not acceptable to the Employer shall be removed and replaced with new items
to match original undamaged work in all respects.

END OF SECTION

© 01 International W.L.L Modular Wood Laboratory and Workstation System


12347-13
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12600
FURNITURE AND ACCESSORIES

PART 1 - GENERAL
1.01 SUMMARY
A. General: Provide and install all custom and standard furniture, furnishings, equipment and
accessories in accordance with the attached FF&E data sheets and the requirements of the
Contract Documents.
B. The extent of furniture, furnishings and accessories is shown on the drawings.
C. Provide miscellaneous component parts required to assemble and support the work and to
ensure the completeness of each item.
D. Include all anchors, braces, spacers, plates, attachments, clips, bolts, washers, shims and
miscellaneous fastenings.
E. The work provided under this Contract shall include all shop fabrication and finishing, storage,
delivery, site modification and installation for each item shown, scheduled and/or specified,
complete in place and ready for use.
F. All cut-outs and reinforcement for cut-outs in furniture shall be provided by the Contractor in
accordance with the templates furnished or approved by the respective trades.
1.02 PERFORMANCE REQUIREMENTS
A. Furnish all equipment items, labour, materials and tools, transportation and perform all
operations necessary to properly execute and complete all furniture.
B. In addition to requirements shown and specified, and except as modified by governing Codes,
conform to applicable provisions and recommendations of the following standards:
1. Industry Standards: National Woodwork Manufacturer's Association (NWMA).
2. Voluntary Product Standards: U.S. Department of Commerce.
3. Quality Standards: Architectural Woodwork Institute (AWI).
4. Technical Manual (AATCC)
5. The Business and Institutional Furniture Manufacturer’s Association (BIFMA)
6. ACT – Association for Contract Textiles
7. NFPA 260
8. ASTM Standards:
a. ASTM F 782: Standard specification for Doors, Furniture.
b. ASTM F 825: Standard specification for Drawers, Furniture.
c. ASTM F 826: Standard specification for tops, Furniture.
d. ASTM D 3751: Standard practice for Evaluation of Furniture Polish.
e. ASTM D 2571: Standard guide for Testing Furniture Lacquers.
f. ASTM F 1178: Standard specification for Enamelling System, Baking,
Metal Joiner Work and Furniture.
C. Materials, construction methods, tolerances, joining and assembly of woodwork shall conform
to the requirements of the above standards except that, in case the requirements of the drawings
and the following Specifications are more stringent and precise than the above standards, the
more stringent requirements shall apply to this work.

© 01 International W.L.L Furniture and Accessories


12600-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. The Contractor may request the approval of an alternative of a product, which in his opinion is
equal or superior to that indicated on drawings or specified in this Section. The Engineer
reserves the right to reject the proposed alternative on either performance or aesthetic grounds.
E. Specified items are for quality standard and design intent. If the materials, details or
dimensional properties are at variance with the Contractor's or manufacturer's
recommendations, alternative details will be considered for review by the Engineer when
submitted in accordance with the Contract Documents.
F. It shall be the responsibility of the Contractor and manufacturer to guarantee that the furniture
and equipment will have proper support, stability and fault free performance. Alternative
recommendations for major design changes will not be considered.
G. Make design modifications of the work shown only as may be necessary to meet the
performance requirements and coordinate the work. Variations in details and materials, which
do not affect appearance, durability or strength, shall be submitted to the Engineer for review.
Maintain the design concept without increasing or decreasing size of members or altering
profiles and alignments shown.
H. Manufacturer's nameplates, logos, or stamped or printed markings, shall not be exposed on any
item of furnishing provided under this Contract.
I. Verify all dimensions before proceeding and obtain measurements at the job site for all work
required to be accurately fitted to the building.
J. The Contractor shall be responsible for the accuracy of all such measurements and for the
precise fitting of the work.
1.03 QUALIFICATIONS
A. Employ only experienced tradesmen in the fabrication and installation of furnishing, and who
are capable of producing work of the highest standard of quality in the industry.
B. The Tenderer must submit a letter of certification verifying that the furniture specified would
be provided exactly as specified.
C. This certification must be submitted with the Tenderer's proposal, if his Tender is to be given
consideration.
1.04 SUBMITTALS
A. Submit a complete listing of manufacturers or fabricators for the furniture and furnishings
together with brochures and photographs of manufactured products with completed tender
documents for preliminary approval.
B. Manufacturer's Data: Submit to the Engineer, copies of manufacturer's specifications and
installation instructions and/or maintenance manuals for each item required, including
certification or laboratory test reports as may be required to show compliance with the Contract
Documents.
C. Samples: Submit to the Engineer, in accordance with the requirements of the Contract
Documents for approval before beginning shop drawings.
D. Submit samples of all furniture, furnishings and accessories in all specified finishes and
materials as required by the Engineer. Submit samples of normal fabric width and at least one
meter in length, but not less than one complete repeat for each colour and / or pattern of all
finish fabrics specified.
1. Fabric and Leather Samples: Submit four (4) cuttings of each fabric (upholstery and
covering) in full repeat (if any) and with min dimensions300x300mm including
technical information for Origin of Supply, fabric composition, fabric tests etc;
properly tagged and identified with the job name, Contractor's name, item description
and Engineer's identifying code.
2. Frame Material: Submit manufacturer’s standard-size unit.

© 01 International W.L.L Furniture and Accessories


12600-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Metal Finish Samples: Submit two (2) coupon samples as follows, of each metal
finish and colour, including custom and standard colours.
4. Wood Finish Samples: Submit two (2), 300 x 300 mm samples of each specie and
special finish specified, including veneers and solid stock. Where the finishing
process or products vary from those specified, indicate the process and products used.
5. Submit other samples as may be required by the Engineer.
E. Mock-ups
1. Following review of samples and prior to shop drawing submittal, construct mock-ups
at the fabricator's yard, as directed by the Engineer.
2. Assemble mock-ups to simulate final conditions, indicating finish, joints conditions,
use of anchorage, supports and all other features of finished work.
F. Shop Drawings
1. Submit to the Engineer, in accordance with the requirements of the Contract
Documents, shop drawings showing the design and dimensions, and clearly
indicating, in large scale, the construction of the various components, method of
assembly, thickness of materials, finishes, reinforcements and all other pertinent data
and information.
2. Submit shop drawings with jointing and special details in full scale. Show complete
information concerning fabrication, materials, finish, attachment, hardware, fixing
details, upholstery material pattern placement, direction of wood grain and other
information as requested.
G. Submit complete instructions for handling, storage, installation and protection.
H. In an area as directed by the Engineer, apply materials of this Section under direction of
manufacturer of materials, until a level of workmanship approved by the Engineer is reached.
Material improperly installed shall be removed and replaced to approved standards.
I. Submit in accordance with the Contract Documents copies of the following information from
the Manufacturer to the Engineer. Confirm that one (1) copy of each item has been distributed
to the Fabricators using the fabrics specified in other sections of the Specification.
1. Certificate (in the form of standard data sheet or letter) that product to be used
complies with the specifications. Include Certificate to prove the Country of Origin.
2. Statement that each product to be supplied is recommended for the application
specified.
3. Complete instructions for handling, storage, fabrication and protection. Include
precautions against materials and methods which may be detrimental to finishes and
performance.
J. Maintenance Instructions
1. Submit to the Engineer, copies of the manufacturer's maintenance instructions
including information needed for the cleaning and removal of common stains from
each type of fabric used.
1.05 INSPECTION
A. The items will be inspected and tested at the Engineer and/or Employer's option to determine
compliance with the standards with respect to the workmanship, materials, colours and
installation.
B. Inspection Visits
1. Arrange for Employer’s Representatives and Engineers (2 persons) to visit the place
(s) of manufacturer of the furniture as follows:

© 01 International W.L.L Furniture and Accessories


12600-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. For custom made counters.


b. Tables and chairs in all classrooms, Auditorium armchairs, Labs & lecture
hall furniture and Faculty Offices mock up.
2. Inspection shall include:
a. One visit to ascertain, verify and approve quality of samples.
b. One visit to verify and approve work.
3. If the approve manufacturer is located outside Oman, travel shall be Business Class
Category and accommodation First Class Category and all costs in connection with
carrying out the visit shall be borne entirely by the Contractor.
1.06 DELIVERY, STORAGE AND HANDLING
A. The Contractor shall be responsible to make certain that items of woodwork are not delivered
until the building and/or storage areas are sufficiently dry so that the woodwork will not be
damaged by excessive changes in moisture content.
B. All delivered units shall match the final shop drawings, samples and approved mock-ups, Units
that are marred, chipped or otherwise damaged shall be repaired to the complete satisfaction of
the Engineer.
C. Units shall be protected during shipment and installation.
D. After installation of units in their proper location, all protection shall be removed and all
surfaces thoroughly cleaned to the complete satisfaction of the Engineer.

PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. Refer to the attached FF&E data sheets for approved manufacturers and products list
B. Items selected from the specified manufacturers are for quality, performance and design intent.
C. Equivalent products from approved manufacturers are acceptable subject to the approval by the
Engineer.
2.02 GENERAL
A. Manufacturers: The products and manufacturers are specified for the purpose of establishing
minimum quality standards and design intent. Products equal in quality to, or better than those
specified, will be considered for approval on submission of detailed technical literature and/or
mock-up for Engineer's approval.
B. Following are the minimum requirements for cabinet construction unless otherwise indicated:
1. Body members – ends, divisions, bottoms & tops – minimum 19mm thick panel
product.
2. Face frame, rails – minimum 19mm thick lumber or panel product.
3. Shelves – minimum 19mm thick medium density chipboard or lumber.
4. Backs – minimum 6mm panel product.
5. Drawer sides, backs and subfronts – 12mm lumber or panel product.
6. Drawer bottoms – 6mm panel product.
7. Drawer fronts – 19mm panel product.
8. Cabinet door – minimum 19mm MDF with like materials and thickness both faces.

© 01 International W.L.L Furniture and Accessories


12600-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.03 GLASS
A. Except as modified by governing codes and by the Contract Documents, comply with the
applicable provisions and recommendations of FGMA "Sealant Manual" and "Glazing
Manual" and GTA "Engineering Standards Manual".
B. Comply with the following standards:
1. ASTM C1036 – Float Glass
2. ASTM C1048 92 – Heat Treated Glass (FT and HS)
3. ASTM C1172 – Laminated Glass
4. 16 CFR 1201, ANSI Z 97.1 1984 and BS 6262 - Safety Glass
5. EN 14179 – Heat Soak Test
2.04 STEEL
A. Structural Steel Shapes and Plates: ASTM A 36.
B. Cold-Rolled Carbon Steel Strips: ASTM A 109.
C. Cold-Rolled Carbon Steel Sheets: For concealed surfaces, commercial quality, ASTM A 366.
For all exposed parts, open-heart, full pickled, annealed stretcher-levelled standard or flatness,
furniture steel, free of waves and other defects and/or impurities.
D. Hot-Rolled Carbon Steel Sheets: Commercial quality, ASTM A 569, may be used for
concealed parts only.
E. Galvanized Carbon Steel Sheets: ASTM A 526, commercial coating class (1.25 oz. per sq. ft.).
F. Steel Bars: Cold-finished, carbon steel, ASTM A 108, hot rolled.
G. Rolled Steel Formed Channels: Cold-rolled steel, best commercial grade.
H. Steel Tubing: Cold-rolled steel seamless welded, best commercial grade, not less than 0.065"
thick.
2.05 STAINLESS STEEL
A. Tubing: ASTM A 554, Grade MT 316.
B. Pipe: ASTM A 312/312 M, Grade TP 316.
C. Castings: ASTM A 743/A 743M.
D. Plate: ASTM A666, Type 304.
2.06 WOOD
A. Wood shall be manufacturer’s standard species unless otherwise indicated. Wood veneers shall
be manufacturer’s standard species; stain, lacquer and tone of veneers as specified and to
match approved samples.
B. All wood finishes within a designated area shall have same finish, whether it requires to be
customized or not, and shall be provided at no additional cost.
2.07 SOLID LUMBER STOCK
A. Exposed Hardwood: Premium Grade.
B. Unexposed Hardwood: Custom grade.
C. Softwood: Custom grade.

© 01 International W.L.L Furniture and Accessories


12600-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.08 PLYWOOD
A. Exposed Veneered Plywood
1. Architectural specialty Grade hardwood plywood with face veneers of wood
specified. Pre-selection and acceptance of veneer by the Engineer will be required,
and book-matching of veneers will be subject to Engineer's acceptance.
2. Plywood cores shall be balanced 5-ply lumber of 7-ply veneer plywood construction
with a maximum content of 7%.
3. Solid wood or veneer edge treatment, of species to match face veneer, plywood cores
shall be balanced 5-ply lumber of 7-ply vendor plywood construction with a
maximum content of 7%. Solid wood or veneer edge required for Premium Grade
construction.
4. Thickness of plywood shall be as shown on Drawings, or as accepted on final shop
drawings.
B. Concealed plywood, for internal furniture construction, shall conform to standard
specifications for interior.
2.09 HIGH - PRESSURE DECORATIVE LAMINATE (SCRATCH - PROOF)
A. To comply with NEMA LD 3.
2.10 MEDIUM-DENSITY FIBERBOARD (MDF)
A. Product made without formaldehyde and complying with ANSI A208.2, product class MD.
B. All MDF to be fire retardant quality. Must have class 3 surface spread of flame rating when
assessed by the method of BS 476 Part 7. Class 1 rating to be achieved by the addition of
appropriate fire retarding chemicals at the time of board manufacture.
2.11 MISCELLANEOUS MATERIALS AND HARDWARE
A. Gaskets and Spacers required for the installation shall be formed of neoprene and shall be of
the durometer and hardness recommended by the manufacturer for each use.
B. Fastenings: Non-corrosive metal which will not cause galvanic action or rusting. Standard
commercial items suitable for the intended purpose.
C. Adhesives for each use shall be products recommended by the manufacturer of the materials
being attached.
D. Hardware shall be of the type, material and manufacture reviewed on the final shop drawings.
All exposed surfaces shall be given a finish to match adjacent metal finishes.
E. Chair Casters: Twin roller bearing casters unless otherwise specified against each item.
F. Furniture Casters: 50 mm Diameter heavy duty lockable casters unless otherwise specified
against each item.
G. Furniture Locks: Repetition of same lock /key will not be allowed within the entire FF & E
package.
H. Materials or accessories not listed above shall be provided as per manufacturer’s first quality
standard product range and to Engineer’s approval.
2.12 FINISHES (IN GENERAL)
A. Finishes shall be Manufacturer’s standard finish for types and colors specified and to match
approved samples unless otherwise specifically indicated against each item.

© 01 International W.L.L Furniture and Accessories


12600-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.13 METAL FINISHES


A. Control of Finishes
1. Metal finishing shall be performed simultaneously on complete units.
2. Adjacent and/or similar type units shall be treated in sequence and with a close
control of the process so that there will be no apparent variation in finish over the
entire project.
3. All metal finishes shall match the range of master samples submitted by the
Contractor for the Engineer's review.
2.14 WOOD
A. Wood and Wood finish should match Engineer’s sample.
B. The origin of finish for furniture shall be from one plant to ensure colour uniformity and
quality control. Minor retouching is permissible at the installation site.
C. All furniture shall be hand sanded with 100-A sand paper to assure consistency of the finish
application.
D. Furniture shall be cleaned thoroughly to remove excess glue and any other irregularities. After
sanding, all wood shall be uniformly stained with hand wiping stain to the desired colour. A
coat of catalysed varnish is applied and allowed to dry.
E. The varnish coat shall be sanded with 320-A sand paper in preparation for the final coat of
synthetic finish. This is a water white varnish that polymerises to a hard plastic surface by the
process of catalysis involving as agents a catalytic acid, heat, oxygen and the evaporation of
solvents. Stain shall be from Sherwin Williams or approved equal.
F. Lacquer: As per approved technical information & samples for Engineer’s approval.
2.15 FABRIC
A. Fabric must be first quality, free of irregularities in weave and materials. Dye process of all
fabric shall be yarn dyed. Piece dyeing will not be allowed.
B. Fabrics shall be of the types, colours, patterns and manufacture as specified and shall match the
Engineer's sample as regard to material, texture, colour and pattern.
C. Fabric shall meet or exceed the ACT performance standards for abrasion, fire retardancy,
colorfastness to wet and dry crocking, colorfastness to light and physical properties for
upholstery.
D. Upholstered fabrics shall be and remain free of sags and wrinkles.
E. Substitutions for fabrics will not be allowed.
F. The Contractor shall coordinate supply of fabrics to fabricators of products specified to ensure
no delays in production, delivery and installation.
G. All fabrics to be with fire retardant treatment & scotch guard treatment.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine substrates and adjoining construction, and conditions under which work will be
installed.
B. Do not proceed with work until unsatisfactory conditions detrimental to proper and timely
completion of work have been corrected.

© 01 International W.L.L Furniture and Accessories


12600-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Inspect areas to receive furniture and furnishings and verify that construction is complete and
finishes in place and ready to receive furniture and furnishings.
3.02 INSTALLATION
A. Do not install furniture or furnishings until building air-conditioning system is in continuous
use and until all other construction work is complete in each area where furniture and
furnishings are to be installed.
B. Verify dimensions before proceeding and obtain measurements at job site for work required to
the accurately fitted to other construction. The Contractor shall be responsible for accuracy of
such measurements and precise fitting and assembly of finished products.
C. Install furniture and furnishings in locations shown on drawings and schedules or as directed
by the Engineer.
D. Items of furniture that are to be field assembled shall be assembled in accordance with the
Manufacture’s instructions and by the Manufacturer’s own skilled operatives.
E. Level and adjust all units of furniture. All operating parts shall be lubricated as required.
Provide suitable protectors for the respective floor covering.
F. Restore and/or replace finished surfaces damaged as a result of furniture installation. Remove
and refinish or replace damaged work when directed by the Engineer.
G. Items of furniture that are to be boxed and stored as a spare shall be checked by the Engineer
and stored in accordance with the manufacturer’s recommendations and clearly labeled for
identification.
H. Items shall be stored as directed by the Engineer.
I. Coordinate work with that of other trades affected by this installation.
J. Give particular attention to timely furnishing of supporting and attachment steel embedded in
concrete and to providing of wood grounds, nailers and blocking so as not to delay job
progress.
K. Install work plumb, level, true and straight with not distortion.
L. Cutting, trimming, fitting and matching of prefinished work will not be permitted.
M. Special care shall be taken in the handling of the furnishings to avoid its being scratched or
otherwise defaced during the course of installation.
N. Any materials showing evidence of such mishandling shall be replaced at the expense of the
Contractor.
O. Do not install units which have members that are warped, bowed, deformed or otherwise
damaged or defaced.
P. Remove and replace such members as directed.
Q. The method of levelling all floor supported units must be of a concealed, adjustable type
acceptable to the Engineer.
R. Exposed shims will not be allowed. Shims may be used only where acceptable to the Engineer,
and then only if the Contractor guarantees that shims used will be totally concealed and
attached with adhesive or 2-sided tape so that shim cannot become dislodged.
3.03 CLEANING AND PROTECTION
A. Upon completion of the installation, remove all debris from the building created by work
provided under this Section and leave and areas clean.
B. Remove any soiled spots from the face of finished surfaces using processes recommended by
the manufacturer, and in a manner acceptable to the Engineer.

© 01 International W.L.L Furniture and Accessories


12600-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Replace any areas of finish surfaces where cleaning has failed to restore appearance and
quality satisfactorily, as determined by the Engineer.
D. Clean exposed finishes as recommended by the manufacturer or processor using care to avoid
abrasion of the finish.
E. Protect all adjoining work from abrasion, soiling, staining and other damage resulting from the
furnishings installation work. Exercise extreme care during installation to avoid soiling or
damaging other work. Repair or replace damaged work as directed without additional cost.
F. Protect all items of work so that it will be without damage at the time of handing over.

END OF SECTION

© 01 International W.L.L Furniture and Accessories


12600-9
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12610
FIXED AUDIENCE SEATING

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Particular Conditions
and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes auditorium seating.
B. Related Sections include the following:
1. Division 16 Sections for electrical connections for power wiring and data cables.
1.03 SUBMITTALS
A. Product Data: Include construction details, material descriptions, dimensions of individual
components and profiles, and finishes for seating.
B. Shop Drawings: Plans, elevations, and sections through rows showing seating layout; chair
widths; accessories, accessibility provisions; aisle widths; and attachments to other Work.
C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size
indicated below and of same thickness and material indicated for the Work.
1. Full size with finishes and accessories specified.
a. Approved Sample may become part of completed Work.
2. Upholstery Fabric: Full width sample, not less than 900 mm long, with fabric
treatments applied. Show complete pattern repeat. Mark top and right side.
3. Metal Finishes: Manufacturer's standard-size unit, not less than 3 inches (75 mm)
square.
4. Exposed Fasteners: Full-size units of each type.
D. Maintenance Data: For seating to include in maintenance manuals specified in Division 1.
Include the following:
1. Methods for maintaining upholstery fabric.
2. Precautions for cleaning materials and methods that could be detrimental to seating
finishes and performance.
1.04 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who has specialized in installing work similar
in material, design, and extent to that indicated for this Project and who is acceptable to
manufacturer.
B. Obtain each type of seating required, including accessories and mounting components, through
one source from a single manufacturer
C. Upholstery Fabric: Obtain fabric of a single dye lot for each color and pattern of fabric
required.
D. Fire Safety: Comply with flammability compliance with California Bulletin 117.
E. Mockups: Before installing seating, install mockups for each type of seating required to verify
selections made under sample Submittals and to demonstrate aesthetic effects and qualities of
materials and execution. Install mockups to comply with the following requirements, using
materials indicated for the completed Work:
1. Install mockups in the location and of the size indicated or, if not indicated, as
directed by Engineer.

© 01 International W.L.L Fixed Audience Seating


12610-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Notify Engineer seven days in advance of dates and times when mockups will be
constructed.
3. Obtain Engineer's approval of mockups before starting installation.
4. Maintain mockups during installation in an undisturbed condition as a standard for
judging the completed Work.
1.05 PROJECT CONDITIONS
A. Environmental Limitations: Do not install seating until space is enclosed and weatherproof; wet
work in space is complete and dry; finishes, including painting, are complete; and work above
ceilings is complete. Do not install seating until ambient temperature and humidity conditions
are continuously maintained at the levels anticipated for final occupancy.
B. Field Measurements: Verify seating layout by field measurements before seating fabrication
and indicate measurements on Shop Drawings. Coordinate fabrication schedule with
construction progress to avoid delaying the Work.
1.06 COORDINATION
A. Coordination of Electrical Work: Coordinate electrical and data wiring with seating layout.

PART 2 - PRODUCTS
2.01 AUDITORIUM SEATING
A. Refer Architectural drawings for description. System to include integral data cabling and power
wiring. Manufacturers, subject to compliance with requirements
1. Concerto, mnf: Arseline
2. Lamm, Italy
3. Figueras, Spain
4. Castelli, Italy
5. Riyadh Furniture Industries, Riyadh. KSA
5. Or Equal Approved.
2.02 FABRICATION
A. Upholstery: Fabricate fabric-covered items free of welts, creases, stretch lines, and wrinkles.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements, accurate locations of electrical connections and other conditions affecting
seating. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Install seating in locations indicated and fastened securely to substrates according to
manufacturer's written installation instructions.
B. Install seating so moving components operate smoothly and quietly.
3.03 ADJUSTING
C. Repair minor abrasions and imperfections in finishes with coating that matches factory-applied
finish. Replace upholstery fabric damaged during installation.

END OF SECTION

© 01 International W.L.L Fixed Audience Seating


12610-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 12670
FLOOR MATS

PART 1 - GENERAL
1.01 SUMMARY
A. Provide recessed Doormat in accordance with Contract Documents.
B. This Section includes:
1. Frames to be set in concrete floors to receive recessed floor mats.
C. Related Sections
1. Stone
2. Concrete
1.02 SUBMITTALS
A. Product data for each type of floor mat and frame specified, including manufacturer's
specifications and installation instructions, details of construction relative to materials,
dimensions of individual components, profiles, and finishes.
B. Shop drawings showing layout of floor mat and frames, full-scale sections of typical
installations, details of patterns or designs, anchors, and accessories.
1. Coordinate shop drawing submittal with concrete work shop drawings showing
oversized recess for deferred installation of frames.
C. Samples for initial selection purposes in form of manufacturer's color charts consisting of actual
sections of floor mat and frame materials.
D. Samples for verification purposes in form of 300 mm x 300 mm assembled section of floor mat
and frame members with selected tread surface showing each type of metal finish and color of
exposed floor mat, frames, and accessories required. Where finishes involve normal color and
texture variations, include sample sets showing full range of variations expected.
E. Maintenance data in form of manufacturer's printed instructions for cleaning and maintaining
floor mats.
1.03 PROJECT CONDITIONS
A. Field Measurements: Check actual blocked-out openings in floors by accurate field
measurements before fabrication of frames and mats; show recorded measurements on final
shop drawings. Coordinate fabrication schedule with construction progress to avoid delay of
Work.
1.04 QUALITY ASSURANCE
A. Single-Source Responsibility: Obtain floor mats and frames from one source from a single
manufacturer for each type of mat.
1.05 SEQUENCING AND SCHEDULING
A. Provide oversized recesses in concrete work to receive frames. Defer frame installations until
building enclosure is completed and related interior finish work is in progress.
1. Install frames integrally with principal placing of concrete floor system. Locate, align,
and level frame members accurately. Recess in-fill concrete where required for
placement of concrete topping.

© 01 International W.L.L Floor Mats


12670-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS

2.01 COMPONENTS

A. Recessed Mat Frames: Provide manufacturer's standard design, of size and style to fit floor mat
type and match approved sample for permanent recessed installation in floor, complete with
corner pins or reinforcing and installation anchorages.

1. Provide frames of extruded aluminum, ASTM B 221, alloy 6063-T5.

2. Provide frame members in single lengths or, where frame dimensions exceed
maximum available lengths, provide minimum number of pieces possible, with
hairline joints equally spaced and with pieces spliced together by means of straight
connecting pins.

B. Doormats: Provide manufacturer's standard, constructed from ADO public SGCB with grooved
rubber inset and cassette-brush.

1. Input mat outside, rubber + Cassette – brush , H = 42mm, Dist

2. Roll-up doormat, especially reinforced and loadable for frequently used entrances in
the outside area.

3. Colour of rubber inset: Black, Colure of cassette-profile: black, Colour of inset


brushes-border: grey

2.02 FABRICATION

A. Shop fabricates units of floor mat work to greatest extent possible in sizes as indicated. Where
not otherwise indicated, provide single unit for each mat installation, but do not exceed
manufacturer's maximum size recommendation for units intended for removal and cleaning.
Where joints in mats are necessary, space symmetrically and away from normal traffic lanes.
Miter corner joints in framing elements with hairline joints or provide prefabricated corner
units without joints. Where possible, verify sizes by field measurement before shop fabrication.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Install recessed frames and mats to comply with manufacturer's instructions, at locations
indicated and with top of frames and mats in proper relationship to one another and to
adjoining finished flooring. Set mat tops at height recommended by manufacturer for most
effective cleaning action; coordinate top of mat surfaces with doors that swing across mats to
provide under door clearance.

1. Where frame is embedded in grout, provide necessary shims, spacers, and anchorages
for proper location and secure attachment.

3.02 PROTECTION

A. Upon completion of frame installations and concrete work, provide temporary filler of plywood
or fiberboard in recesses, and cover frames with plywood protective flooring. Maintain
protection until construction traffic has ended and project is near time of Substantial
Completion.

B. Defer installation of floor mats until near time of Substantial Completion for project.

END OF SECTION

© 01 International W.L.L Floor Mats


12670-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13030
WALK-IN COLD ROOMS

PART 1 - GENERAL
1.01 SUMMARY:
A. Provide labor, materials, equipment and services, and perform operations required for
installation of Walk-in Cold Rooms and related work as indicated on the drawings and
specified herein. Materials and work shall conform to the applicable codes and standards.
B. Work Included: The work of this section shall include, but not be limited to, the following:
1. Supplying and setting in place all new walk-in cold rooms, Cooling Criteria,
equipment and appliances as shown on the drawings and listed herein after ;
Hospital (Basement-1) Refrigerated store/food waste (B1-616) +2 to +5 Cº
Hospital (Basement-1) Refrigerated store/Infectious (B1-603) +2 to +5 Cº
Forensic (Ground floor) Walk in room (00-50) -2 to +5 Cº
Incinerator (Ground floor) Cold waste storage (Room 00-05) +2 to +5 Cº
C. Size and Shape of Equipment: Size of walk-in Refrigerators / Freezer shall be as shown on
drawings, Height shall be 2500mm or as enginner’s approved.
D. Related Work specified elsewere
1. Electrical service and connection to all Cold Rooms and Equipment, overload
protection requirements wiring between starters, when starters and controls are not
integral with equipment.
2. Plumbing work and connections, including fittings, floor drains, water and waste lines
to refrigeration compressors including their connections, and miscellaneous plumbing
works.
3. Heating, ventilating and air conditioning except as otherwise specified in this Section.
4. Concrete, masonry and miscellaneous metals, except as otherwise specified in this
Section.
5. For shelves and trays refer to Section 11400.
1.02 QUALITY ASSURANCE
A. Manufacturers Instructions: In addition to the requirements of these specifications, comply
with manufacturer's instructions and recommendations for all phases of work.
B. Standards: Construction shall conform, as applicable, to the requirements of the following;
1. National Sanitation Foundation Testing Laboratory
2. Underwriters Laboratories
3. Class One Building Type construction of Factory Mutual approval standard #4411 for
insulated wall construction. Walk-in Cold Rooms shall be prefabricated, all metal clad,
sectionally constructed, and designed for easy and accurate field assembly.
4. American Society of Mechanical Engineers
5. National Fire Protection Association Standards Pamphlet No. 96.
6. National Electrical Code.
7. All applicable National and Local Codes.
1.03 SUBMITTALS
A. Product Data: Submit manufacturer's latest published literature for materials specified herein
shall be submitted. Data shall include certificates showing compliance with the specifications.

© 01 International W.L.L Walk-in Cold Rooms


13030-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Shop Drawings: Submit Shop Drawings indicating details for Walk-in Cold Rooms, complete
in detail. Indicate thickness, type, grade, and dimensions; and shall show construction details
and installation with relation to the building construction.
1. Floor plans, showing detailed dimensions for floor depressions, locations of partitions
and wall reinforcing as related to cold rooms supplied under this Section, to a scale of
1:20. These dimensions shall be taken from finished walls and columns and include all
electrical connections
2. Shop drawings shall be in accordance with section 01300.
3. Submit manufacturer's latest technical catalog cuts sheets. Catalouges shall include
the manufacturer's name and all options and accessories specified.
4. Schedule of Rooms and Equipment: A schedule similar to what is shown on Drawings
including all remarks and room craiteria as stipulated on the HVAC drawings and
depression as shown on Structural drawings.
C. Certificates: Walk-in Cold Rooms shall be certified to be suitable for the service intended by
the manufacturer, based on not less than 5 years' satisfactory operation in a similar application.
D. Samples: Applicable samples shall be submitted for Engineer’s approval.
E. Installation Instructions: A complete set of instructions covering both assembly of the walk-in
and installation of the refrigeration equipment shall be supplied.
F. Contractor shall furnish to Engineer three (3) booklet containing instructions covering
assembly of walk-in, installation of refrigeration equipment, wiring diagrams, operating and
maintenance instructions, and other data pertaining to proper upkeep and operation of the
Walk-in Freezers and Coolers.
G. Warranty: Contractor shall guarantee, for a period of one (1) year after equipment has been
accepted, all materials and workmanship included in his contract. He shall guarantee all
requirements included in his contract and bidding documents; he shall further guarantee that all
equipment, materials, and workmanship be free from defects that may arise during the period
of guarantee, except that which may be due to misuse. The compressor units are to carry a five
(5) year manufacturer's warranty. The panels of the Walk-in are to carry a fifteen (15) year
manufacturer’s warranty.
H. All equipment in this specification, unless otherwise stated, shall be as manufactured by
"Insulated Structures", “Thermo Kool” “ Colpak” or an approved equal.
I. Warranty Service Rider: Where the manufacturer supplies or relays refrigeration system
warranties, the authorized factory service agency shall be certified with accredited training
pertaining to refrigerant recovery procedures in effect as of January 2002; the service agency
shall at all times utilize approved refrigerant recovery systems and shall properly dispose of
used refrigerants and refrigerant oil in accordance with Hazardous Material Regulations in the
State; and shall comply with EPA Federal guidelines.
1.04 PRODUCT HANDLING
A. Protection: Use all means necessary to protect the materials of this Section before, during, and
after installation and to protect the installed work and materials of all other trades.
B. Replacement: In the event of damage, immediately make all repairs and replacements
necessary to the approval of the Engineer and at no additional cost to the Employer.
1.05 QUALIFICATION
A. To be considered eligible to work on this project, the Sub-Contractor for the work of this
Section of the Specifications for each Walk-in Cold room must:
1. Be a fully recognized Contractor experienced in installation of standard and custom
fabricated Walk-in Cold rooms and Equipment for a period of five (5) years.
2. Have successfully completed similar projects of the same scope within the last two (2)
years.

© 01 International W.L.L Walk-in Cold Rooms


13030-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 MATERIALS
A. Stainless steel, where specified, shall be Type 302, No. 4 satin finish.
B. Galvanized steel sheets shall conform to ASTM-A164, Type RS. Where galvanized steel has
been welded, seams shall be thoroughly cleaned and finished with one coat of zinc-rich primer
(70% zinc). Galvanized structural steel shall conform to ASTM-A123 and A-153. Hot dip
galvanization shall conform to ASTM-A386.
C. Steel pipe shall be fully galvanized. All threads are to be cleaned and coated with rust-resistant
coating.
D. Structural Shapes: All angles, band channels, etc., used for framing shall conform to ASTM-
A36.
E. Fastenings: All bolts, screws, nuts, and washers shall be galvanized or cadmium-plated steel,
except that where brass or stainless steel is fastened, the fastenings shall be brass or stainless
steel respectively. Where dissimilar metals are fastened, bolts, screws, and nuts shall be made
of an approved non-corrosive metal.
2.02 WALK-IN COLD ROOM PARTITIONS:
A. Insulation: Insulation shall be the rigid higher density STE PAN FOAM R1-959915 Urethane
foam poured-in-place, not frothed. Overall thickness shall be 100mm minus metal thickness. It
shall conform to ASTM Test Nos. 1622 and have a Dimensional stability @ 28 days @ 200°F.
of 5.3%, ASTM D-2126 and K Factor ASTM C-518, BTU IN/HR 0.145 FT sq. ft. Also to be
F.M. Approved as a Class One Building Type Construction.The manufacture of this insulation
is completely free of CFC ozone depleting chemicals using state of the art HCFC blowing
agent at a reduced rate.
B. CFC Compliance: Walk-In insulated panels shall comply with current EPA Regulations and
the Clean Air Act; Manufacturer shall supply Notarized Affidavit that the insulated panels are
a CLASS I foam type that conforms to current statues in effect at date of job site arrival; CFC
emission compliance foam type must be UL LISTING 7 + 4; MEA 184-85-E. The affidavit
shall hold harmless and indemnify the Employer, and the Engineer from any fines, summons or
liabilities which may result from a violation.
C. EPA "Venting" requirements: Provide the Engineer with a certificate of one job site mechanic
has received accredited training conforming to the EPA and Clean-Air Act July 1, 1992;
Contractor shall assume full responsibility for the actions of the employees or casual helpers in
respect to "Venting" of EPA regulated refrigerant gases.
1. Furthermore, Supply the Engineer with an affidavit which specifically indemnifies and
holds Harmless the Employer and the Engineer from any fines, summonses or
liabilities which may result from "Venting" Controlled Refrigerants. Supply with bid
documents certified statement by issuing agencies that Walk-in Manufacturer has been
issued certificates as listed above. Panels shall conform to both national and local
Building Department Approval.
D. Insulated metal clad sections shall be provided to form separate compartments within the
Walk-in. Construction and insulation shall be as herein before specified. A nonconductor strip
must be built into all exterior sections at the joints where partitions butt, to prevent transfer of
heat from one compartment to another. Necessary fastening devices shall be supplied.
E. Sections shall be made of 300, 600 and 1200mm widths and to be interchangeable for fast,
easy assembly. Sections shall contain no internal wood or metal structural members with 100%
of each section, exclusive of metal skins, being urethane insulation. Section edges must have
tongues and grooves foamed-in-place with gaskets on each edge to assure airtight joints.
F. Walk-in sections shall be assembled with Non-Corrosive Cam-Lok joining devices. Distance
between locks shall not exceed 1200mm. Cam-Lok joining devices shall be rigidly connected
from one joining edge to the other joining edge of the same section by use of double steel
straps set into the insulation, forming perimeters of steel for extra strength.

© 01 International W.L.L Walk-in Cold Rooms


13030-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

G. To assure perfect alignment and maximum strength, “L” shaped panels shall be provided for
each corner. The exterior horizontal dimension of each side of this corner shall be
300mm.Walk-in shall be constructed in accordance with National Sanitation Foundation and
Underwriters Laboratories.
H. Finishes:
1. Embossed Aluminum on all internal and external exposed surfaces
2. Bright Galvanized Steel on all non-exposed surfaces
2.03 FLOOR CONSTRUCTION:
A. Less Floor Screeds: Vertical panels 100mm thick with 100mm partitions shall be manufactured
with a flat bottom and shall be designed to anchor directly into the floor upon which they sit.
These panels shall be supplied with a screed anchor, machine bolt and lok-bolt for anchoring
these panels. Screed anchor locations shall be on 600mm centers.
B. Floor Insulation: Install 75mm slab urethane in refrigerator and freezer, one ply of asphalt felt
base paper or one ply of 0.15mm thickness polyethylene sheets shall be placed under
insulation and extended up interior sides. All joints shall be sealed. Contractor to run tile
into refrigerator and freezer 75mm bed and tile with cove up sides on interior and exterior.
Concrete setting bed to be reinforced with wire mesh, 50X50mm.
C. Electric Sub-Floor Heating: Provide electrical heat below the slab and below the insulation
located in a sub-slab of approximately 50mm thick concrete, minimum 25mm rigid conduit to
be placed in the sub-slab on 600mm centers. All the conduit will terminate on one end of the
“Insulated Structure”. The opposite end of each conduit length will return with a 610mm.
sweep to form a loop. All loops will terminate into 100x100mm water tight electrical raceway.
Pull wires will be inserted during the construction and then suitable electrical heat trace wires
will be inserted into the concrete. I.S. model XL-6000 heating cable at 208/230/1 wiring will
then be formed into a conduit within the raceway and connected via electrical contactor
activated by a thermostatic switch set at + 40° F. The probe for the thermostatic switch is also
located in an independent conduit in the sub-slab as close to the center of the Freezer as
possible. See drawing for details
2.04 STEEL SUPPORT ASSEMBLY:
A. The necessary supporting angles for use on ceiling sections that are over 11'-7" (3531mm) in
size will be furnished by walk-in manufacturer. These supporting angles are to be suspended
type. Verify existing building ceiling loads prior to utilizing suspended prefab ceiling.
2.05 DOORS: REVERSALATED - BOTH COOLER AND FREEZER:
A. Provide 1750mm wide section entrance opening. The door shall be in-fitting flush mounted
type. Construction of door frame's as stated in hereinbefore. To have "U" channel type,
reinforced stainless steel frame of not less than 12 gauge thickness around entire perimeter of
the door opening to prevent racking and twisting. Sill plates shall include safety walk strips.
Opening size: 900mm x 2100mm Cut For Tile
B. All hardware shall be made of satin finish aluminum. Each door shall have three (3) hinges,
self closing and spring loaded type with stainless steel pin and Delrin cam type bearing and
mortise deadbolt lock. Latch shall have cylinder type lock with provision for padlock. Shall
include an inside safety release handle to revent anyone from being locked inside by cylinder
lock, padlock or locking bar. A thermoplastic gasket with magnetic steel core shall be mounted
on top edge and along both sides of the door. The bottom of the door shall contain a wiper
gasket.Each walk-in door shall have two sets of heaters to prevent condensation and frost
formation. One (1) set of heaters shall be concealed behind the metal edge of the door jamb on
all four (4) sides and be thermostatically controlled. The second set of heaters shall be
concealed beneath the exterior edges and around the entire door perimeter. Both heaters and
elements are 300 watts. Door shall be Reversalated “Insulated Structure” door capable of
reverse hinging in field:

© 01 International W.L.L Walk-in Cold Rooms


13030-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Factory installed vaporproof incandescent light fixture mounted on the interior surface of door
panel. Light fixture to be provided with 75-100 watt light with wire guard over shatter proof
enclosure. Light fixture may be mounted adjacent to door on interior wall surface. Light fixture
shall be mounted 1900mm above finished floor. Lights to be controlled by "Hands Free"
internal switching device which will activate based on motion.
D. Mortise Lock and Pull Handle: Provide High Security Lock dead-bolt lock. This offers top
security against pilferage, burglary or tampering. A safety release is mounted on the inside of
the door cap to prevent entrapment of personnel.
E. Extra Vapor Proof Lights Ceiling sections shall contain incandescent vaporproof lamps, as
shown on drawings, connected to a switch and pilot light which shall be mounted in door
sections on the exterior. Inlet box shall be provided for 115 volts, 60 Hz, 220 Volt, 60 Hz,
single phase electric. Installation and interfering shall be provided.
F. All doors shall conform to Local Electrical Code.
G. Pressure Relief Port: Pressure relief port must be used for all freezers operating at temperature
of 0° F or lower. A relief port shall be provided to equalize the difference in exterior and
interior pressure caused by sudden temperature changes. The relief port shall be located in a
side panel away from the direct air stream flowing from the evaporator coils. It must be located
away from obstructions so that air can freely move into or out of the freezer. Electrical service
required is 220 Volt, 60 Hz, single phase, A.C., 0.4 amps.Wattage on P.R.P. - 40 Watts.
H. Standard Door Mounted Digital Thermometer: Thermometer shall be digital and have remote
probe terminating at interior top of panel out of work zone. Provide for extension option to
further locate probe at suitable location within box.
I. Dial Thermometers: Provide surface mounted dial thermometers with a range of -40° F to
+100° F. Thermometers shall be 100mm diameter, surface mounted, chrome plated. Capillaries
shall be long enough to extend from door to inlet air of blower coil, armor sheathed. Capillaries
shall be fully encased in conduit. Provide one (1) additional thermometer for each
compartment.
J. Vision Panel: All Doors: Vision panel 350mm X 350mm to be provided in center of door. A
glass unit consisting of at least three panels of glass with sealed air spaced between glass unit,
to be removable for replacement and heated.
K. Super Door: Each door shall have 3mm diamond tread on interior and exterior of lower portion
900mm high and to be known as "Super Door". Door shall be provided with Kason 1092 door
closers.
L. Strip Curtains: Energy saving strip curtains to be mounted on door frame. Strip shall be
200mm wide and .06 thick and overlap by 50mm. Strip curtain shall be assembled and
installed by refrigeration approved installer.
M. Modularm Audio Visual Alarm Model #75: Modularm to be installed for each compartment
and to work in the following manner: When refrigeration failure causes temperature to
approach the undesirable range, red indicator light goes on and horn alarm sounds
instantaneously. Alarm shall be stainless steel exterior with illuminated digital readout. It shall
be surface mounted and it shall have a remote takeoff. Feeler bulb shall be located at air intake
of evaporator coil.
N. Fan Control Switch:Install at entrance of freezer door time switch toggle and pilot light, to shut
off blower fan motor of freezer to allow entrance by personnel without fan blowing on them.
Use M.H. Rhodes series #74702 Flush Mounted.
O. Drain Line Heater: Freezer drain line shall be wrapped over interior length with an electric
heater cable 165 watts/m² suitable for 220 Volt, 60 Hz, single phase electric. After heater is
installed, connected and tested it shall be covered with 12.5mm thick insulation.
2.06 FITTINGS:
A. Provide the number of "seal-off fittings" required to prevent condensation in electrical junction
boxes; one (1) fitting for each penetration on conduit through refrigerator and freezer walls,
partitions and ceilings.

© 01 International W.L.L Walk-in Cold Rooms


13030-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Furnish and install all necessary trim of the same material and finish of the exterior walls to
finish off unit in a workmanlike manner. Trim shall include all sectional removable panels
750mm max. length between top of refrigerator and finished ceiling and at ends where cold
rooms abut masonry walls and partitions. When compressors are to be mounted above the cold
rooms, these panels shall be louvered for proper ventilation of compressors.
C. Bumper Rails: Rub rails to be 180mm high x 50mm deep channel made of 12 gauge
aluminum, double bumper rails on all exposed sides. Rails to be mounted at 450mm and
900mm above finished floor. These dimensions to be verified with Engineer.
2.07 PRE-ASSEMBLED REFRIGERATION SYSTEM:
A. Pre-assembled refrigeration systems consist of two major assemblies. One is the condensing
unit assembly with all necessary components. Factory installed and wired, including electrical
box, time clock, drier sight glass and necessary tubing. The other is the refrigeration coil
assembly with expansion valve, temperature control and heat exchanger completely factory
mounted.
B. Condensing Unit: Shall be provided complete with motor, water cooled condenser, receiver,
compressor and all other necessary components mounted in a flexible manner on a common
base. Compressor shall be semi-hermetic type. The unit shall be designed for 16 to 18 hours
operation at the specified evaporating temperature in a 90° F. ambient temperature. Where
motor starters are required, they shall be furnished for installation on an electrical control
board. Units to be remote type. All units to have liquid line assemblies consisting of shut-off.
valve, moisture indicating sight glass, and drier mounted and piped by “Insulated Structures”,
or an approved equal.
C. Pre-assembled system controls are supplied pre-wired. Fractional through two (2) horsepower
systems are connected directly to the compressor contactor. From three (3) horsepower
systems and higher disconnect switches are supplied. On medium temperature systems a
solenoid valve is supplied so wiring between evaporator and condensing unit is not necessary.
On low temperature systems control wiring is required between evaporator and condensing
unit to allow for proper operation especially during the defrost cycle.
D. Evaporator: Shall be forced - convection, unit cooler type, made to be suspended from the
ceiling sections. They shall be complete with forced air circulation, arranged so that cooled air
is discharged parallel to the ceiling. Air circulating motor, multi-fin and tube type coil and grill
(when required for safety) shall all be assembled within a protective housing.
E. The expansion valve, with strainer, heat exchanger, and inlet and outlet connections shall also
be contained within this housing. Air circulation motors must be lifetime sealed and the entire
unit cooler assembly must be readily accessible to cleaning. A drip pan and drain connection
shall be provided. Unit coolers shall be equipped with mounting brackets for installation and
all controls necessary for safe and satisfactory operation.
F. When the Walk-in is used for freezing, an automatic system for defrosting the unit cooler,
including heaters and time control, shall be supplied. Unit coolers above 200 lbs. each to be
hung on rods from building hoist are not to be supported from refrigerated room ceiling
sections.
G. Vibration Isolation: Compressors to be supplied with vibration eliminators.
H. Controls: The temperature of each Walk-in Room shall be controlled by means of a thermostat
wired to actuate a solenoid valve in the liquid line, with the compressor operation controlled by
the low pressure cutout switch. Thermostats and low pressure controls shall be adjusted to
maintain the room temperature specified herein.
I. Piping: Refrigerant drain piping shall be Type L, hard-drawn seamless copper tubing, with
sliver soldered joints.
1. All refrigerant suction lines outside of Walk-in cold rooms shall be insulated with
20mm Armstrong Armaflex insulation, applied in accordance with the manufacturer's
recommendations.
2. All condensate drain lines outside Walk-In Cold Rooms shall be similarly insulated
with 12.5mm insulation.

© 01 International W.L.L Walk-in Cold Rooms


13030-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Each refrigeration system shall include a dehydrator, liquid line sight glass, shut-off
valve, liquid line solenoid, thermostatic expansion valve at each evaporator, vibration
insulator, and other fittings and accessories as required. Refrigerant lines shall extend
vertically from condensing units to above the hung ceiling, then horizontally to the
above evaporators, then piped in accordance with manufacturer's instructions and
good practice as set forth in ASHRAE Guide and Data Book. All work shall be done
in a workmanlike manner.
J. Test: Each system shall be cleaned and dehydrated by maintaining a vacuum of 500 microns,
or lower, for a minimum period of five hours. The vacuum pump used shall itself be capable of
developing a vacuum of 50 microns with its valve in a closed position. The required operating
charge of refrigerant and oil shall then be added and each system shall be tested for
performance.

PART 3 - EXECUTION
3.01 INSTALLATION
A. The installation and erection of all walk-in cold rooms and equipment specified in this section
shall be performed under the supervision of an approved engineer and in strict accordance with
the specifications, comply with the latest printed manufacturer’s letreture and approver by the
Engineer.
B. All mechanical and electrical works and requirements for all Walk-in cold Rooms listed under
"Paragraph 1.01.B.1" shall be, in every respect part of this Contract.
3.02 PROTECTION OF WORK
A. For the period during which other trades shall be on or near equipment and/or work covered by
this Contract, cover and protect the exposed surfaces of such equipment in a manner that shall
preclude injury to the finish by absorption of oil, grease, chemicals, etc., contact from tools and
machinery, and from all other causes which may be incidental to operation performed in the
area. Should the Contractor fail to protect his work in the specified manner, he shall absorb all
expenses for such work.
3.03 CLEANING
A. When all the work covered by this Contract, together with the work of other trades has been
completed, clean each and every item of equipment so that all traces of grease, stains,
protective coatings, abrasive dust, markings, scratches, and other foreign matter are completely
removed. The cleaning process shall be one which shall eliminate any further cleaning on the
part of the Project with the exception of that which would ordinarily be undertaken daily to
maintain accepted standards of sanitation and appearance.
3.04 TESTINGS
A. Tests of all equipment shall be performed in the presence of the authorized representative of
the respective manufacturers. All defects disclosed by the tests shall be eliminated to the
satisfaction of the Engineer and the corrected areas retested. Provide necessary technicians,
materials, and equipment required to conduct these tests. A statement shall be furnished by the
Contractor to the Engineer showing the schedule of testing, date, and results.
3.05 MAINTENANCE
A. Equipment described herein shall be provided with service at no cost to the Employer, for a
period of two years after the issuance of TOC “Taking Over Certificate”. This service shall
also include repair or replacement of walk-in cold room parts whenever this is required during
Defects Liability Period.
B. For the refrigeration systems, local service at no cost to the Employer, on a twenty-four hour
per day call basis shall be provided for a period of two years from date of TOC. A
representative of the local servicing organization shall be present at a start-up and adjustment
of the various systems and shall become thoroughly familiar with the requirements and
characteristics of each system.

© 01 International W.L.L Walk-in Cold Rooms


13030-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Provisions shall be made for properly trained authorized personnel to demonstrate to the
Employer's operators the operation of refrigeration systems. In addition, three (3) complete
printed copies of the instructions shall be furnished to the Employer, covering the operation
and maintenance of all equipment. This information shall be submitted in the following manner
for initial review by the Engineer, prior to use by the Employer:
1. A covered, bound booklet containing Manufacturer's current printed Installation,
Operation, Maintenance and Parts manuals for all componants of walk-in cold rooms
and equipment hereinbefore specified (including all accessories). Each manual shall be
clearly labeled with their respective item number designation.
2. Booklet shall include a Table of Contents listing each equipment item included within
the booklet, complete with corresponding item number, quantity and description as
specified.
3. Booklet shall also include a Service Agency Listing. This listing shall include the
complete name, address and phone number of the local Service Agency for all
equipment included within the booklet.

END OF SECTION

© 01 International W.L.L Walk-in Cold Rooms


13030-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13080

VIBRATION ISOLATION SYSTEMS

PART 1 - GENERAL

1.01 SUMMARY

A. Provide vibration isolation systems in accordance with the requirements of the Contract
Documents.

B. Work Included: The Work of this section shall include, but not be limited to, the following:

1. Vibration isolation pads for equipment and systems of the Project including, but not
be limited to, the following:

a. Mechanical equipment and systems

b. Plumbing and fire protection equipment and systems

2. Coordinate size and location of vibration and noise generating MEP equipment with
respective package contractor.

C. Related Work Specified Elsewhere: The following related items are specified in other Sections
of the Specifications.

3. Concrete

4. Roofing systems

5. Sealants

1.02 QUALITY ASSURANCE

A. Materials shall conform to the latest edition of reference specifications listed below, specified
herein and to applicable codes and requirements of local authorities having jurisdiction.

B. Vibration requirements for the Project are based upon the Code as administered by the local
authorities having jurisdiction. The term "Code" as used in this document shall mean the
Building Code as administered by the local authorities having jurisdiction of the Project.

1.03 SUBMITTALS

A. Product Data: Submit manufacturer's latest published literature for materials specified herein
shall be submitted. Data shall include certificates showing compliance with the specifications.

B. Shop Drawings: Submit Shop Drawings indicating details for vibration isolation systems,
complete in detail. Indicate thickness, type, grade, and dimensions; and shall show construction
details, reinforcement, and installation with relation to the building construction.

C. Certificates: Floated floors shall be certified to be suitable for the service intended by the
manufacturer, based on not less than 5 years' satisfactory operation in a similar application.

1.04 PERFORMANCE REQUIREMENTS

A. System Description: The floated concrete floor system shall be provided as a base for
mechanical and electrical equipment.

B. Acoustical Properties: minimum STC 70

© 01International WLL Vibration Isolation Systems


13080-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 MATERIALS AND EQUIPMENT
A. Materials shall be applied in the following systems
1. Over roofing system
a. 200 mm thick reinforced concrete slab. Finished with traffic resistant
polyurethane paint.
1) Float slab shall be cast over 2 layers of 1000 gauge polyethylene
sheets.
2) Provide compressible filler between the soffit of floating slab and
top of surrounding curb.
3) Seal all joints around slab with silicone sealant to the engineer’s
approval.
4) Provide 50 x 50 x 5 mm steel angle all around at top and bottom of
the floating slab.
b. 20 mm thick marine plywood with staggered joints
c. Vibration isolating pads
d. Acoustical infill material
e. 100 mm thick reinforced concrete slab. Cast on rigid insulation
f. 75mm rigid insulation
g. 1000 gauge polyethylene sheet
h. Water proofing membrane; provide reglet and sealant at membrane
terminations.
i. Screed and light weight concrete to slope.
2. Inside building
a. 200 mm thick reinforced concrete slab. Finished with traffic resistant
polyurethane paint. Float slab shall be cast over 2 layers of 1000 gauge
polyethylene sheets.
b. 20 mm thick marine plywood
c. Vibration isolating pads (100 mm wide strips, 300 - 600 mm O/C)
d. Acoustical infill material
e. All above the structural framing slab.
f. Seal all joints around slab with polyurethane sealant to the engineer’s
approval.
3. Miscellaneous Items: Provide miscellaneous items as required to complete the
installation. Provide products best suited for intended use and capable of sustaining all
imposed loads.
B. Approved manufacturers:
1. Vibration attenuating isolator pads
a. Kinetics www.kineticsnoise.com

© 01International WLL Vibration Isolation Systems


13080-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Mason Industries INC www.mason-ind.com


c. Getzner geme@go.com.jo
2. Acoustical infill material
a. Kinetics www.kineticsnoise.com
b. Getzner geme@go.com.jo
c. KIMMCO info@alghanim.com
C. Mechanical isolators as required by mechanical specifications shall be fixed on top of the
abovementioned bases, as specified in respective mechanical sections.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine substrates, areas, and conditions under which waterproofing systems will be applied,
with Installer present, for compliance with requirements. Do not proceed with installation until
unsatisfactory conditions have been corrected, and until after the minimum concrete curing
period. Verify substrate is visibly dry and free of moisture.
3.02 SURFACE PREPARATION
A. Clean and prepare substrate according to manufacturer's recommendations. Provide clean,
dust-free, sound and dry substrate for system application.
B. Mask off adjoining surfaces to prevent spillage or concrete splashes affecting other
construction.
C. Concrete surfaces must be free of cavities and projections.
D. Close off floor drains and other penetrations to prevent filling with concrete.
E. Remove fins, ridges, and other projections and fill honeycomb, aggregate pockets, and other
voids.
F. Apply systems as illustrated on the drawings and as recommended by the suppliers. To assure
maintaining the required attenuation.
3.03 FIELD QUALITY CONTROL
A. On completion of System installation, perform acoustical and vibration attenuation tests as
required by the manufacturer’s literature.

END OF SECTION

© 01International WLL Vibration Isolation Systems


13080-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13090

RADIATION SHIELDING

PART 1 - GENERAL

1.01 SUMMARY

A. Provide radiation shielding in accordance with the requirements of the Contract Documents. In
areas where radiation shielding is required as per the medical consultant drawings and/or the
Omani regulations (x-ray, CT, Fluoroscopy, cath labs, hybrid OR, interventional endoscopy,
nuclear (PET/CT, gamma cameras, hot lab, injection and hot waiting rooms, etc.), dental and
panoramic, radiotherapy (linear accelerators, CT simulator), cyclotron department, etc.), it is
the responsibility of the BP2 contractor to coordinate with medical equipment suppliers and / or
medical consultant specifications to receive technical information pertaining to the type of
radiation emitted by the equipment, the power, duration, as well as other information of
relevance for the purpose.

B. Work Included: The Work of this section shall include, but not be limited to, the following:

1. Provide radiation shielding as required by the local authorities complete and ready for
use.

2. Related Work: Coordinate with radio frequency (RF Shielding) for Magnetic
Resonance Imaging (MRI) equipment.

3. Coordinate with the selected medical equipment suppliers for the final implementation
of site works in accordance with their submitted and approved shop drawings.

1.02 QUALITY ASSURANCE

A. Materials shall conform to the latest edition of reference standard listed below, specified herein
and to applicable codes and requirements of local authorities having jurisdiction.

B. Applicator’s Qualifications: Shall have been engaged in installation of lead shielded enclosure
of like size & complexity of that required for the project for a period of not less than Ten years.

1.03 SUBMITTALS

A. Product Data: Submit manufacturer's product data describing product.

B. Shop Drawings: Submit Shop Drawings indicating details showing arrangements, description of
installations and weights and thickness of lead.

C. Calculations and Certifications: Submit radiation shielding calculations and corresponding shop
drawings and related approvals and certification from an Oman - certified medical physicist and
all necessary Omani authorities.

C. Report: submit physicist’s report of tests on completed installations.

1.04 REFRANCE STANDARD

A. National Council on Radiation Protection (NCRP) Report No. 34 and No.49.

B. National Bureau of Standards (NBS) “Handbook, 76 Medical X-ray Protections.

© 01International W.L.L Radiation Shielding


13090-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 RADIATION SHIELDING
A. Subject to compliance with the requirement provide following product
1. Sheet Lead: Federal Specification (FS) QQ-L-201E Grade C, radiation protection
type, rolled from 99.9 percent pure virgin lead free from dross, scales, inclusion,
blisters, and cracks. Thickness: As required by local authorities.
2. Lead-Bonded Gypsum Board: Factory laminated meeting ASTM C36 with un-pierced
sheet lead in thickness and height as shown on the Shop Drawings.
3. Lead-Backed Furring Channels: 25 gage zinc-coated steel, "hat shaped" with lead
weight equivalent to wall wrapped around back.
4. Polyethylene: 5 percent boron content. Manufactured for radiation protection.
5. Steel Framing: ASTM A36, structural steel shapes as required at interlocking brick
walls, provide tubes, angles, and channels as shown shop drawings or as required.
6. Radio Isotope Shielding: Provide lead shielding as required.
7. Fasteners: Of type and size to secure components in manner required to provide
complete lead shielding equivalent to wall
8. Adhesive: 3M No. 871, roller applied
9. Lead Lined Metal (and or Wood) Doors: Provide 18 gage, 44 mm thick of sizes
specified, bearing manufacturer's label.
a. Construction
1). Lead: One piece lead, of thickness as specified in Physicist Report,
fastened with poured lead fasteners.
2). Design: Comply with ANSI/SDI 100.
3). Hardware: Furnish as specified in Section 08710 for installation
under this Section. Completely line mortises with sheet lead, forced
into place. Cut mortises carefully for spindles, cylinders. Where
necessary, cut lead patch in manner to not break continuity of lead.
10. Lead Lining For Door Frames: Provide sheet lead in metal door frames as shown.
Lead of same thickness as in doors
11. Lead Glass: High content polished float glass of uniform thickness. Lead equivalent in
glass: not less than wall in which installed. Other requirements per NCRP Report No.
49 and ASTM C1036
12. Clear Lead Acrylic: Nuclear Association "Clear-Pb", Radiation Protection Products
"Clear-Pb Lead-Acrylic", or equal
13. Lead Lining Behind Electrical Boxes: Provide sheet lead behind any electrical boxes
penetrating radiation protection Work.
14. Radiation shielding at penetration of HVAC, Plumbing and Electrical Services: All
penetrations precautions shall be taken for HAAC ducts, Plumbing pipes and electrical
conduits etc. as per details shown on drawings.
15. Radiation shielding to bunkers (cancer department-room B1-100, B1-101 & cyclotron
room B1-680): Density/ thickness of concrete/thickness of steel should conform to the
physicist calculation report and/or other approved shielding shop drawings.

© 01International W.L.L Radiation Shielding


13090-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 3 - EXECUTION
3.01 PREPARATION
A. Verify thickness and location of lead protection conforms to requirements of the local authority.
3.02 INSTALLATION
A. Install radiation protection in accordance with requirements of NBS Handbook No. 76.
B. Implement radiation shielding as per the approved shop drawings.
3.03 FIELD QUALITY CONTROL
A. Radiation Shielding Tests: After radiation emitting equipment are installed in operating
condition, test radiation protection Work by registered medical physicist as approved, certified
by Omani authorities, in accordance with provisions for inspection, testing in National Council
on Radiation Protection (NCPR) and Measurements Report No. 49.
B. Conduct, at Contractor’s expense, proper testing and commissioning of the shielding by a third
party or a governmental agency or both (whichever is required by Omani authorities to validate
and approve the site for the safe and efficient use of the intended medical equipment). Same
applies for lead shielded doors, windows, viewing glass panels (leaded windows), lead-lined
control partitions or consoles, concrete bunkers, etc.
C. Replace defective Work including other work affected thereby at no increase in the Contract
Sum. The Employer will retain physicist, bear all costs in connection with above testing.
Contractor shall bear all costs of retesting of Work which does not pass shielding test.
D. Deliver a final finished room ready for commissioning and operation as per architectural,
interior design and finishing schedule and material selection

END OF SECTION

© 01International W.L.L Radiation Shielding


13090-3
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13100
WATER TANK STORAGE SPECIALTIES

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Provide labor, materials, equipment and services, and perform required for installation of water
tank storage specialties and related works.
B. Drawings and general provisions of the Contract, including General and Particular Conditions
and Division 1 Specification Sections, apply to this Section.
1.02 SUMMARY
A. This Section includes the followings:
1. Re-injectable hose water stop for construction and cold joints in concrete.
2. Low viscosity injection resin system
3. Reinforcing mesh
B. Related Works Specified Elsewhere
1. Section 03300 - Concrete
2. Section 07140 - Liquid Applied Waterproofing
1.03 REFERENCES
A. American Society for Testing and Materials
1. ASTM C836 – Standard Specification for High Solids Content, Cold Liquid-Applied
Elastomeric Waterproofing Membrane for Use with Separate Wearing Course
2. ASTM E 695 – impact resistance.
3. ASTM D822 – Standard Practice for Conducting Tests on Paint and Related Coatings
and Materials Using Filtered Open-Flame Carbon-Arc Exposure Apparatus
4. ASTM D3468 – Standard Specification for Liquid – Applied Neoprene and
Chlorosulfonated Polyethylene Used in Roofing and Waterproofing.
5. ASTM E96 – Standard Test Methods for Water Vapor Transmission of Materials
1.04 SUBMITTALS
A. Product Data for each type of specialty product specified, including manufacturer's printed
instructions for evaluating, preparing, and treating the substrate, technical data, and tested
physical and performance properties.
B. Shop Drawings showing locations and extent of specified systems, including details for
substrate joints and corners, mesh reinforcement, penetrations treatment, and other termination
conditions.
1.05 QUALITY ASSURANCE
A. Installer Qualifications: Engage an experienced Installer who has completed similar
waterproofing to that indicated for this Project and who is acceptable to concrete and
waterproofing manufacturer.
B. Samples: Apply specialty systems field sample to 1 sq m of substrata as selected by the
Engineer, to demonstrate surface preparation, joint and crack treatment, thickness, texture, and
standard of workmanship.

© 01 International W.L.L. Water Storage Tank Specialties


13100-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.06 DELIVERY, STORAGE, AND HANDLING


A. Deliver materials to Project site in original containers with seals unbroken, labeled with the
approved manufacturer's name, product brand name and type, date of manufacture, shelf life,
and directions for storing and mixing with other components.
B. Store materials in their original undamaged containers in a clean, dry, protected location and
within the temperature range required by specialty systems manufacturer. Protect stored
materials from direct sunlight.
C. Remove and replace material that cannot be applied within its stated shelf life.
1.07 PROJECT CONDITIONS
A. Environmental Limitations: Apply specialty systems within the range of ambient and substrate
temperatures recommended by specialty systems manufacturer
B. Maintain adequate ventilation during application and through complete curing of specialty
systems materials.
1.08 WARRANTY
A. Special Warranty: Submit a written warranty signed by the waterproofing system manufacturer
and Installer agreeing to repair works that does not meet requirements or that does not remain
watertight within the specified warranty period.
1. Warranty Period: 5 years after date of Substantial Completion.

PART 2 - PRODUCTS
2.01 WATER PROOFING MATERIALS
A. General: Provide specialty systems materials as specified and, as demonstrated by specialty
systems manufacturer based on testing and field experience.
B. Re-injectable hoses: To be used in strict accordance with manufacturer guidance and only as
system compatible with resin.
1. Provide the following accessories:
a. Green and transparent vent hoses
b. Shrink on sleeve
c. Connecting nozzle
d. Closer plugs
e. Anchor clips.
2. Approved Manufacturers:
a. Masterflex 900 by BASF
b. Fosroc Nitofill WS60
c. Sika® Injectoflex-System Type HP by Sika
d. or approved equal
C. Injection Resin:
1. It shall be a reswellable type made of an acrylate hydrogel, capable of being
vacuumed out of the hose with water (not flushed), before it gels. It should be of a low
viscosity 50 CPS to enable maximum penetration of very narrow fissures.

© 01 International W.L.L. Water Storage Tank Specialties


13100-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. The system shall be placed in 18-20 meter lengths with entry port and vent ends
terminating in a junction box and shall offer the user the option of vacuuming and re-
injection (should this be necessary). The junction box shall be placed in vertical
elements adjacent to the joint. Should this not be possible the junction box and its
cover should be installed flush with the floor level and should be able to tolerate
vehicular traffic.
3. The system should be used to seal off the construction joints permanently thus
providing protection to the steel reinforcement. If need be, the re-injectable nature of
the hose shall be demonstrated in live situation until the engineer is satisfied and job
references of at least three projects with contact details of the consultants shall be
provided.
4. The product shall be installed by an experienced specialist applicator. The system
shall carry a guarantee of twenty years from the specialist applicator backed by a
material warranty from the supplier for a similar period.
5. For injecting re-injectable hoses use
a. Approved Manufacturers:
1) Masterflex 801 by BASF
2) Nitofill UR63 by FOSROC
3) Sika Injection-29 subject to demonstration of the above
4) or equal approved and compatible with system of reinjectable hose
D. Reinforcing Mesh: Open wave glass, fiber reinforcing mesh, twisted multi-end strands treated
for compatibility with liquid applied water proofing, coated with a pressure sensitive adhesive.
1. Approved Manufacturers:
a. Senergy Reinforcing Mesh by BASF
b. or equal approved and compatible with CIM 1000 system

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine concrete works shop drawings, casting levels and construction joints, do not proceed
with concreting until re-injectable hoses are at site, and location of injecting niches is located.
B. Examine formwork to assure fixing of water stop bars on the formwork at the approved casting
levels.
C. After removal of interior shutter, examine concrete surfaces which specialty systems will be
applied to assure an adequate substrate to receive water proofing system. Do not proceed with
installation until unsatisfactory conditions have been corrected, and until after the minimum
concrete curing period. Verify substrate is visibly dry and free of moisture.
3.02 PREPARATION FOR RE-INJECTABLE HOSES
A. Upon casting the first segment of concrete, fix re-injectable hoses using anchor clips all around
construction joints.
B. Re-injectable hoses shall run from one injection niche the other, and shall start with green vent
hose, and end with transparent vent hose with closure plugs.
3.03 INJECTION OF LOW VISCOSITY RESIN
A. Immediately, after the concrete is cured, inject all re-injectable hoses with an approved resin as
directed by resin manufacturer.

© 01 International W.L.L. Water Storage Tank Specialties


13100-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Clean hoses with clean water after the approval on injection to the satisfaction of the Engineer
C. Plug hose ends, and cover the injection niches with 300X300mm 2mm thick stainless steel
cover secured to the concrete edges.
3.04 PREPARATION FOR WATER PROOFING SYSTEM
A. Refer to section 07140 for wall and floor preparation
B. Provide continuous smooth cants at vertical and horizontal corners
C. Apply primer over prepared substrate. Mix materials according to manufacturer's instructions
D. Apply one coat of approved waterproofing materials 300mm each side of the corner and cover
the continuous cants.
E. Immediately and while the waterproofing is tacky, apply the reinforcing mesh with 150mm
overlap each side of the continuous cants, unless shown otherwise on the drawings.
F. Apply other coats of waterproofing in accordance with section 07140.
3.05 FIELD QUALITY CONTROL
A. carry field test as called for in section 07140
B. Flood to full depth of designed water level with clean water. After 72 hours or as recommended
by the manufacturer, check for leaks.
C. If leaking is found, re-inject with polyurethane resin, patch using new specialty systems
materials; repeat flood-test. Repair damage to building.
D. When area is proved watertight, drain water and remove damp.

END OF SECTION

© 01 International W.L.L. Water Storage Tank Specialties


13100-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13130
PRE-ENGINEERED FABRIC STRUCTURE

PART 1 - GENERAL
1.01 SCOPE OF WORK
A Provide labour, materials, equipment and services and perform operation required for
installation of pre-engineered fabric structures, as shown on the drawings and specified herein.
1. Work Includes
a. Tensile Fabric
b. Painted Steel Columns
c. Stainless steel tension Cables
d. Stainless steel cable contacting parts and plates
2. Related Works
a. Cast in place Concrete
b. Exterior Stone
c. Structural steel
d. Miscellaneous Metal
e. Paints
1.02 PERFORMANCE REQUIREMENTS
A. General
1. Provide the manufacturer's pre-engineered fabric structures, adapted to the application
indicated, that complies with performance requirements specified as demonstrated by
design calculations.
a. Wind loads for the structural design are to be calculated in accordance with
BS6399-2:1997 or ASCE7.
b. Basic wind speed at the project site is 24 m/s expressed as mean hourly wind
speed to be used with BS6399-2:1997
c. Basic wind speed at the project site is 42m/s expressed as fastest mile wind
speed (or 50m/s for 3 second gust) to be used with ASCE 7
2. Allow for impact, suction, and gusting of wind and consider building height and the
proximity of adjacent buildings.
1.03 QUALITY ASSURANCE
A. Materials and work shall conform to the latest edition of reference specifications specified
herein and to applicable codes and requirements of local authorities having jurisdiction,
whichever is more stringent. Consistency is required within applied material and design
standards. Allowable standards are relevant American or European or British Standards.
B. Qualifications
1. Fabrication of Pre-engineered Fabric Structures shall be performed by a firm which has
successfully fabricated Fabric Structures similar to quality specified herein, for a
period of not less than 5 years and is equipped to supply quantity shown.
2. The Contractor shall have been engaged in the installation of Fabric Structure works of
this character for at least five (5) years and shall submit evidence of several
satisfactory installations completed by him in the past two (2) years.

© 01 International W.L.L. Pre-Engineered Fabric Structure


13130-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Only companies having sufficient resources and a proven record of satisfactory


installation of projects similar in scope and nature, will be acceptable, subject to the
Engineer's approval.
4. Suggested Specialist Fabricator
a. Gulf Shade: PO BOX Manama, Bahrain, Tel.: + 973 17 737 632, Mob: +973
3968 5883, Fax: + 973 17 737 276, agaco@batelco.com.bh
b. Fiobco Shade Systems: Tel: +971 4 3338555, Fax: +971 4 3335965, Mob:
+971 50 6175658, e-mail: saad@fiobco.com, www.fiobco.com
c. Or Engineer’s approved
1.04 QUALITY ASSURANCE
A Manufacturers Fabrication and erection is limited to firms with proven experience in similar
structures demonstrated by at least 15 projects with equal or larger area submit the names of
proposed manufacturers, with references to work of a similar nature carried out by them on
other projects, with relevant dates.
1.05 SUBMITTALS
A. Product Data: Copies of manufacturer's latest published literature for materials specified herein
shall be submitted for approval, and approval obtained before materials are delivered to the
site.
B. Coordinated Shop Drawings
1. Submit shop drawings for work specified herein. Fabrication drawings shall be based
upon the general and scale detail Contract Drawings, modified by measurements taken
at the site. Shop drawings shall specifically indicate method of anchorage.
2. Submit and obtain required data, drawings, product and other information to and from
related trades. Coordinate with related works.
3. Engineering Calculations
a. Submit calculations in reference to structural properties of Fabric Structure
support and Tension systems and of it's members, assemblies and connections
prior to fabrication of any parts of the work and provide additional structural
members or increase gauge and weight of metals required for the proper
erection and structural stability of the work.
b. Calculations and shop drawings shall be prepared by a Structural Engineer,
having successfully engineered Fabric Structures work of similar design,
function magnitude and quality, as required for this Project, and is acceptable
to the Engineer.
C. Samples: Samples of materials specified herein shall be submitted for approval, and approval
obtained before materials are delivered to site.
D. Submit paint chip sample of selected colour for finish coat and a complete outline of Fabric
Covering Quality Control Program.
1.06 GUARANTEE
A provide written guarantee for stability and serviceability for a minimum period of 10 years. The
guarantee shall extend to:
1. Fabric covering
2. Fabric clamping, Stainless steel plates, fasteners and gaskets
1.07 DELIVERY, STORAGE AND HANDLING
A Materials shall be delivered to the site in original unopened containers, clearly indicating
manufacturer's name, brand name and other identifying information of foreign matter.

© 01 International W.L.L. Pre-Engineered Fabric Structure


13130-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Materials shall be stored in a dry location, off the ground and in such a manner as to prevent
freezing, damage or the intrusion of foreign manner.
C. Materials which have become damaged or otherwise unfit for use during delivery, or storage,
shall be replaced at the expense of the Contractor.

PART 2 - PRODUCTS
2.01 MATERIALS AND COMPONENTS: Higher or Lower strength types of same manufactures of similar
specification maybe used subject to specialist fabricator’s design verification and approval by the
Engineer
A PVC-PVDF Fabric to be made of polyvinylchloride coated polyester fabric with PVDF lacquer.
UV stabilized membrane such as PCV-PVDF VALMEX FR 900 Type II. Strength type to be
determined by specialist sub contractor, the following data is for initial costing and based on the
preliminary design.
1. Base Material: Polyvinylchloride coated polyester fabric with PVDF
2. Fibre type of base fabric: PES (DIN ISO 2076)
3. Coating Type: PVC with PVDF Lacquer on both sides
4. Weight: 900 g/m²
5. Warp Tear Resistance: 500 N
6. Weft Tear Resistance: 450 N
7. Tensile Strength Wrap: 4200 N/5cm strip
8. Tensile Strength Weft: 4000 N/5cm strip
9. Yarn count per cm : 1100 DTEX (DIN ISO 2060)
10. Weave P 2/2
11. Adhesion N/5cm: 20 N/cm (LB 3.04-1 Complan)
12. Cover Factor: 95%
13. UVR Block: 95%
14. Fire Behaviour according to: DIN 4102 Part 1 B1; BS 476 Part 3,4,5,6,7,; ASTM E
108; NFP 92507 M2; ASTM E 136 FAB
15. Weld ability: Weld able
16. Recommended Supplier: Mehler Texnologies, Middle East ( Branch ), Dubai Airport
Free Zone, P.O. Box: 293634, Dubai – UAE, Tel:+971 4 2045657, Fax: +971 4
2045660
B. Stainless Steel: Provide austenitic stainless steel in form indicated complying with the
following requirements or equivalent European Standards:
1. Sheet: ASTM A167, stainless steel sheet of selected quality, fully stretcher leveled to
perfect flatness.
2. Tubing: ASTM A554, Grades 316L as standard with manufacturer.
3. Pipe: ASTM A312, Grade 316L.
4. Plate: ASTM A167, Type 31L.
5. Bar Stock: ASTM A276.
6. Castings: ASTM A743, Grade CF 8 or CF 20.

© 01 International W.L.L. Pre-Engineered Fabric Structure


13130-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Steel Substructure: where applicable shall be designed and constructed per the most current
version of BS 5950, Eurocode3 or AISC "Code of Standard Practice for Steel Buildings and
Bridges" and "Specifications for the Design, Fabrication, and Erection of Structural Steel".
Refer to section 05120 of the project specification
D Structural steel shapes and plates shall conform to EN 10025-2 Grade S355 JO or ASTM A572
Grade 50 (minimum yield strength 355 N/mm2 or 52000 psi) unless noted otherwise. Where
ASTM 572 is used the Nitrogen content of the chemical steel composition shall not exceed
0.012%, copper (C) content shall be limited to 0.55% and the sulphur content of the alloy shall
be limited to 0.03%. Submit mill certificates with summary of chemical alloy composition.
1. Hot-Formed Welded and Seamless Carbon Steel Structural Tubing: EN 10210 Grade
S355 J0H or ASTM A501, Grade 50.
E Embedded Plates and rods shall be galvanized to conform with the requirements ASTM A53
grade B. Galvanizing shall be in accordance with BS EN ISO 1461 with limitations to the
content of
1. Lead: Pb < 0.8%
2. Tin: Sn < 0.05%
3. Bismuth: Bi <0.1%.
4. Follow guidance on Liquid Metal Assisted Cracking published by BSCA and GA
publication no. 40/05.
5. Complete all cutting, drilling and shop welding before galvanizing. Provide necessary
vent and drain holes, and submit proposals for locations. Seal holes by hammering in
oversized aluminium plug.
F All bolts, nuts and washers shall conform to the requirements of BS EN 20898 or ASTM A490
and A325. All bolts shall be grade 8.8 black bolts to BS EN 20898 unless noted otherwise.
Where indicated on drawings use HSFG bolts to BS 4395 and BS 4604-1:1970
G Rods and Anchors Bolts: per ASTM A50, unless noted otherwise.
H All Fasteners Exposed to the exterior environment shall be stainless steel, bolts shall be ASTM
FS93. Alloy Group 1, nuts shall be ASTM FS94, Alloy Group 1, and washers shall be type 18-
8.
I Other Bolts and Nut: shall be ASTM A307, zinc plated or cadmium plated.
J Gasketing: shall be a cellular Elastomeric compound manufactured in preformed shapes for uses
as gasket material per ASTM C509. It shall be homogeneous, free from defects and shall be
compounded and cured to meet the special requirements.

K Flashing: shall be Teflon coated fibreglass, by the same manufacturer; heat-sealed and installed
per the manufacturer's recommendations. Black non-reinforced EPDM Carlisel Syntec System
or equal. Bonding adhesive, slicing cement, and lap sealant to be as specified by the
manufacturer.

L. Cables: All cables to comply with current and appropriate American and/or European Standard.
All cables to be spiral strand by Bridon International Ltd (or similar approved supplier)

1. Sockets: all visible connection to be Bridon “Stylite” sockets and fittings. The load
carrying capacity of the sockets and fittings shall be at or exceed the minimum
ultimate tensile strength of the cables

2. Capping Metal: Capping metal shall be 99.5% purity Zinc to BS 3436 and this shall be
poured at a temperature of 440° ±10°C. The socketing shall be carried out to have the
correct alignment of the cable in the socket and the cable is the indented length after
socketing.

© 01 International W.L.L. Pre-Engineered Fabric Structure


13130-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Prestressing: All cables shall be prestressed at the works to remove inelastic stretch.
The prestressing shall cyclically load the cables from 10% to 50% of their ultimate
tensile strength until a near linear load /extension relationship has been established.
The load shall be reduced to the marking load as specified by the Contractor.
4. Marking: Marking loads shall be accurate to 0.5% and marking to be accurate to 1mm
to a method agreed with Contractor prior to commencement of the work
M. Paint all exposed steel with two coats of polyurethane paint with epoxy base coats as specified
in section 09900.

PART 3 - EXECUTION
3.01 FABRICATION AND ERECTION
A Technical Representative: provide a competent technical representative of the manufacturer
permanently on site during fabrication and erection.
B Assembly of components is to be and approved hard standing.
C Erection: the work described in the specification shall be factory installed.
D Stability: provide temporary bracing and supports as required during erection.
E Cutting Patterns: shall be derived from a computer model and shall allow for the biaxial
elongation characteristics of the glazing.
F All Seams shall be overlapped and heat bonded and shall be capable of carrying the full static
load indicated for the material specified.
G Fabricated Panels shall be free of patches and non-designed warp splices or random warp
splices.
H Folds in the Panels shall be well padded to reduce crease fold damage. Completed units will be
either crated and skid mounted, or rolled on pipes. In either case, adequate over packaging is
required to prevent damage during shipping.
I The Fabricator will maintain complete tractability in the form of documentation which will
provide a means of locating which roll of goods was used in any panel in the installed work.
J Erect The Work free of visible wrinkles when viewed from normally occupied space, and leave
wiped clean of any dirt.
K After tile and grout have set and cured, sponge and wash tile thoroughly with approved neutral
cleaner, in accordance with manufacturer's directions. Polish finally with clean dry cloths. Do
not use acid or acid cleaners on tile

END OF SECTION

© 01 International W.L.L. Pre-Engineered Fabric Structure


13130-5
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13650
SOLAR PHOTOVOLTAIC ON GRID SYSTEM FOR BUILDING ROOF TOP

PART 1 - GENERAL
1.01 SCOPE OF WORK
A. The Specialized Solar Contractor will be responsible for providing a complete and operable
photovoltaic (PV) System (System) that meets the contract requirements and the latest
available regulations.
B. The Specialized Solar Contractor will be required to design the photovoltaic system (MAX
OUTPUT), select the most appropriate photovoltaic equipment, install the photovoltaic system
and undertake all requisite activities on behalf of the owner to provide a turnkey photovoltaic
system.
C. The Specialized Solar Contractor shall provide qualified and experienced staff for all aspects
of the Project, and such staff shall be specifically qualified and experienced in the engineering,
design, installation, and operation of photovoltaic systems.
D. The Specialized Solar Contractor shall submit his scope of work during tender stage
encompassing his scope, terms , conditions and specifications. Any work excluded by the
specialized Solar contractor will be part of the Main Contractor's scope.
E. Provide approvals from Electrical Authorities in Oman, MEW and other relevant authorities.
Also provide power purchase agreement documentation and arbitration with the Electrical and
MEW authorities of Oman.
F. Provide initial two years operation maintenance including all necessary spare parts. Provide
Operation and Maintenance contract after expiry of initial maintenance period : this shall be for
3 periods each two years long. The cost of the additional maintenance shall be seperately
included in the Bills of Quantities.
G. Provide Carbon Credits registration for Renewable energy according to KOYOTO protocol.
1.02 GENERAL
A. Design, install, commission and test a complete photovoltaic power generation system that
operates in an ‘ON GRID’ configuration.
B. Project Location and data: Seeb ( Near international airport), Muscat ,Oman
Latitude 23.58 N , Longitude 58.28 E , Elevation 8 Feet
PV modules installation height is 120 ft above sea level approximately
Outdoor condition in Muscat ,Oman are 115 F dry bulb and 86 F wet bulb.
Extreme outdoor conditions : 121 F Dry bulb, 92 F Wet bulb ( Non Coincident)
Seismic Zone : UBC-97-2005 CLASS 2A
C. Approved Subcontractors
1. ENVIRONMENA UAE
2. ACEA GROUP SPAIN
3. ECOTHERM AUSTRIA
D. Each separate and independent Solar Arrays shall include but not limited to the following::
1. Mono Crystalline photovoltaic panels having latest and proven technology for solar
energy collection photovoltaic panels at the time of execution
2. On Grid Inverters
3. DC Disconnecting and protective devices, cabling and termination boxes
4. String Control Box

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Support system to both PV panels and access and maintenance walkways that is
supported from the building roof
6. Access/ maintenance walkways
7. Surge Protection Devices
8. Appropriate parallel connection protection equipment including loss of mains
detection, over voltage, under voltage, over frequency, under frequency and earth
fault protection functions to be provided for each and every inverter to grid
connection to the requirements of the Oman MEW.
9. Energy meter for each 415 V feeder as per specification Division16.
10. Grounding system
11. Specific metering details
E. Special Solar Contractor must include a description of the Proposed System. The system
description shall include the PV panel/module size (in kW and physical dimensions) and
layout, the mounting details of the arrays, the electrical interconnection strategy, construction
means and methods, and energy production calculations. The Specialized Solar Contractor is
responsible to verify the site conditions.
1. PV Panel/Module Size and Layout –Specialized Solar Contractor shall include a
description and show a layout of all the PV panels/modules and all other System
components, including utility required disconnect switches proposed for the Project.
Include the kW produced for the Proposed System as well as the physical dimensions
of the panels/modules and the physical dimensions of the space needed to mount the
panels/modules.
2. PV Array Mounting Details –Specialized Solar Contractor shall include a detailed
description of, and drawings of, the structural attachment details of the System. The
solar array shall be a roof mounted system.
3. Electrical Interconnection –Specialized Solar Contractor shall include a description of
the schematic strategy for the proposed System. This shall include single-line
electrical drawings showing the System output (voltage, phase and current) and the
method of connecting the System. The Specialized Solar Contractor will be
responsible to coordinate with the electrical contractor for connecting the System to
certain loads at the Project site, as shown in electrical contract drawings and as
directed by the engineer. The solar arrays shall maintain the integrity and reliability of
the Project Site electrical system. The Specialized Solar Contractor shall carefully
inspect the electrical system and design to ensure against harmonic distortion, fault
protection issues, and interconnect problems. The arrays shall integrate with the
power system that supports the facility. The interconnection with the Grid supply and
production of power shall be as per the regulatory norms laid down by the Electrical
authority of Oman and MEW.
4. Production of Electricity –Specialized Solar Contractors must provide evidence of
total kW (ac) installed and anticipated annual kWh (ac) production for the proposed
System. Specialized Solar Contractor shall furnish “PV Watts” electrical production
results, including internet platform for monitoring and analyzing PV system with
ambient and wind information. The interconnection with the Grid supply and
production of power shall be as per the regulatory norms and power quality
requirements laid down by the Electrical authority of Oman and MEW.
5. Energy (KWH) Measurement – Specialized Solar Contractor shall furnish the PV
system with KWH meters that measure the power produced by PV system and
consumed by the facility, in addition to KWH meter measure the extra power
produced by the PV system and that could be sold to the electricity grid (subject to
authority approval) .
6. Provide potential free contacts and connect to BMS.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Selection of Photovoltaic System


1. The Specialized Solar Contractor shall utilize the latest proven photovoltaic
technology in design, construction and operation of the system to maximize system
reliability and output suitable for roof application. Specialized Solar Contractor must
provide catalogue cut sheets and drawings with the submittal to show the type, style,
and quantity of photovoltaic panels to be installed, the method of mounting panels on
the site, and location of panels and the grids the panels are attached to.
2. The Specialized Solar Contractor shall submit all drawings and specification for the
project to the Engineer within the period stipulated in the project schedules. The
drawings and specifications shall show sufficient details as necessary to review the
documents for structural integrity, operational integrity, and interaction with the
existing building systems including but not limited to electrical systems and any
special foundation requirements for any components used in the Specialized Solar
Contractors proposed system for this project, which shall be shown on the drawings.
a. Specialized Solar Contractor shall provide a detailed engineering package for
the array including drawings, supporting calculations and related
documentation. Specialized Solar Contractor shall submit the drawing
package to the Engineer for approval.
b. Specialized Solar Contractor shall furnish revised “as-built” drawings after
completion of the project.
c. Special Solar Contractor shall furnish operation and maintenance (O&M)
manuals for the system. Manuals shall be submitted at least one month prior
to the project completion for review and approval by the Engineer.
d. Special Solar Contractor shall furnish and execute a detailed
commissioning/quality assurance plan for the project.
e. The drawings shall include but not limited to :Detailed system schematic,
Electrical protection design schematic and Surge protection diagram and
details.
f. I-V performance characteristics for PV modules
g. Temperature coefficients of power, voltage and currents of PV modules
h. Provide Details for current, voltage and power output for all modules
G. Engineering Design Package
1. Special Solar Contractor shall develop a comprehensive special solar design package
consisting of simulations & drawings generated in AutoCAD version 2010 or later.
Solar design package shall consist of the following drawings at a minimum:
a. Cover Sheet
b. Site plan
c. Symbols, abbreviations and notes
d. Structural details and elevations
e. Array layout with shading diagrams
f. Single-line AC electrical diagrams
g. Series and parallel string wiring diagrams
h. Inverter installation details
i. Grounding diagrams and details
2. Special Solar Contractor shall furnish packages for review.
3. Supporting Calculations
a. Structural and wind load calculations for each array. The Specialized Solar
Contractor will be required to perform a structural assessment of the curved
roof and PV support systems to ensure adequate support for the loading
imposed by the System by the Structural Engineer.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Shading analysis.
c. DC, AC wiring and sizing calculations.
d. The Specialized Solar Contractor will be required to perform an assessment
of the system and proposed interconnection along with the existing electrical
distribution system to ensure the System may be interconnected in a safe and
code compliant manner. This assessment must be performed by a qualified
electrical engineer.
e. Grounding wire sizing calculations.
f. PV system design basis and simulation
g. Energy yield and losses calculations
h. System utility power consumption, losses and efficiency calculations
i. System electrical protection scheme calculations
j. Payback, ROI and TCO estimation and analysis
H. Operation and Maintenance Manuals
1. Furnish O&M manuals including the following information:
a. Manufacturer’s O&M data for each component
b. System narrative description of operation
c. Warranty information with contact information.
d. As-built drawings
e. Safe system operation information.
f. Factory test reports
g. Field Test reports
h. Spare parts list.
i. Factory test reports for each PV module indicating performance at Standard
Test Conditions (STC).
I. Testing and Commission Plan
1. Special Solar Contractor shall develop and submit a detailed written testing and
commissioning plan that will consist of the following:
a. System installation checks.
b. System functional checks including all operational and safety checks
c. Comprehensive performance test to verify system capacity has been
achieved.
2. Special Solar Contractor shall maintain a written log of issues identified and corrected
during the testing and commissioning process.
J. Out of Country Equipment Inspection and /or Test Witness.
1. The Specialized Solar Contractor shall arrange for out of country factory
inspection/test/visit subject to Engineer’s approval and as specified in section 01 45
29.
1.03 PHOTOVOLTAIC ARRAY DESIGN CRITERIA
A. General
1. Measure, monitor and evaluate the peak kW generating capacity and the annual
energy generation of the proposed system (per installed string).
2. System must be rated at minimum output 1.1 MW peak of ac power. In addition, “PV
Watts” calculations need to be provided.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. The solar arrays shall maintain the integrity and reliability of the buildings electrical
system. The Specialized Solar Contractor shall carefully inspect the electrical system
and design to ensure against harmonic distortion, fault protection issues, and connect
problems. The arrays shall integrate with the power system that supports the plant.
5. The solar arrays shall be roof mounted.
6. System has to fit within the area identified on the roof for the system.
7. Special Solar Contractor must provide detailed solar calculations.
8. Photovoltaic panels must provide at least a 25 year manufacturer’s warranty.
9. Specialized Solar Contractor is responsible to coordinate with the electrical contractor
to test and commission and connect PV system on grid, to the facility electrical
network, the Specialized Solar Contractor shall provide all required breakers, cabling,
wiring, devices, switch gear panels, to ensure full efficient system.
10. Energy KWH meters shall measure the power generated from PV system and
consumed by the facility, and another KWH meters shall measure power generated by
PV system and sold to the National electricity grid, as required by authority of
electricity, Employer and directed by the Engineer.
11. Provide full Control and monitoring network, including controlling AC and DC
Breakers, on grid inverters, monitor Solar panel status, inverters, and switches.
12. Provide all required measuring devices, CT’s. VT’s, meters to make synchronization
with national electricity network, to ensure fully controlled efficient system.
13. System Output
a. Energy supplied to the load by the Photovoltaic Power System shall be at
least 1800 MWH Net per annum. Energy produced by the photovoltaic
system that is not used by the load cannot be included in the calculation.
b. The output voltage and frequency to every sub-system shall be 415Vac ±6%
and 50Hz ±1%, 3phase, four wire.
c. The peak power output for each sub-system shall not be exceed
manufacturer’s recommendations.
d. The Specialized Solar Contractors specialist supplier shall justify his final
equipment selection and system configuration with calculations to
demonstrate clearly how the specified system output will be achieved. These
calculations shall be submitted to the Engineer for review.
B. Array Layout
1. Array shall be located at the designated roof area to obtain a minimum output 1.2 MW
Peak. Specialized Solar Contractor shall furnish “PV Watts” electrical production
results.
2. Array layout shall account for obstructions, access to equipment, degrees and safety
perimeter clearances. Walking space shall be provided throughout the PV array to
facilitate installation, inspection and maintenance access to all modules.
3. Array shall be designed to minimize shading of the solar modules. System shall be
designed so that shading will not occur between 9:00 am and 3:00 pm on winter
solstice (Shortest day of the year).Specialized Solar Contractor shall perform a
detailed shading assessment, which will be required in their design package submittal.
4. The array shall be mounted horizontally preserving bearing assembly of the
construction without interfusing the roof in such a way that the normal drainage of the
roof is not affected.
C. De-rating Factors: A number of loss factors shall be applied in order to estimate a realistic
output of a PV array.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1. A normalized derating factor soiling due to dirt, dust, sand and other sources of
fouling is 0.8. Regular cleaning of panels will be required to maintain energy yields
by limiting the level of dirt accumulation. It is critical that PV arrays are designed and
installed to be easily cleaned.
2. The assumed dating factors associated with the electrical conversion are shown
below:
Photovoltaic Inverter 0.94
Mismatch & Quality Loss 0.961
Diodes and Connections 0.994
DC Wiring 0.987
AC Wiring 0.987
D. System Design Criteria
1. System shall conform to all applicable codes, standards including point and overall
loads, wind and seismic load requirements. Wind uplift resistance shall meet expected
160 km/hr.
2. System shall maintain roof integrity and warrantee. The Specialized Solar Contractor
will provide a letter from the roofing Specialized Solar Contractor and/or roofing
manufacturer indicating that the roof warranty is not affected by the installation by the
PV system, or will provide a replacement warranty of equivalent value and complete
roof design shall preserve bearing assembly of construction without interfusing the
roof.
3. System loading shall meet roof structural loads, both point and overall loads. The
entire system shall not weigh more than 14kg/m2 including PV- module and chairmat
for roof covering over the array area. Specialized Solar Contractor shall furnish
calculations confirming this is met with their detailed design submittal. Specialized
Solar Contractor is responsible for any structural modifications necessary to support
the system.
4. The mounting structure /support system shall be PV – IFIX. Non-penetrating roof
covering remains intact light, low ballasted type. Specialized Solar Contractors design
incorporate roof penetrations, he must meet conditions in section “B” above.
5. System shall elevate panels off of the curved roof for proper solar module cooling and
allow for proper roof inspection and drainage. Mounting systems completely covering
the roof surface (other than support feet) will not be accepted.
6. The system shall be connected to the BMS for monitoring and metering.
E. Mounting System Details
1. Orientation and circuiting of PV panels
a. The Engineers drawings indicate those zones on the roof where PV panels
may be located and indicative mounting and access arrangements.
b. The tendered must note that the PV panels will not be located at optimum
angles of elevation/ tilt and more typically will be at an elevation of between
5 and 15 degrees.
c. Also the PV panels will not always be oriented due south, rather a range of
azimuths dictated by the building and roof geometry.
d. The Architects drawings show the locations and general arrangements for the
orientation and tilt of the PV panels in more details. However these are not
necessarily final.
e. The Specialized Solar Contractor shall verify the proposed PV panel position
avoiding positions that affected by shading or are otherwise unsuitable.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. The Specialized Solar Contractor shall place PV panels including weather


proof good ventilated mounting structure and Specialized Solar Contractor
will approve from the Architect for any changes to the PV panel installation
arrangement that he wishes to make.
g. Where there are differing PV panel orientations and tilts, the Specialized
Solar Contractors specialist supplier shall take this into account when
designing individual strings and arrays.
h. He shall ensure the most efficient and effective arrangement possible
grouping panels with similar irradiance conditions together and matching
these to particular inverters to ensure the best possible control.
2. Special Solar Contractor must include an extended warranty on the inverters to match
the warranty of the system. Materials of construction shall be long-lasting with a
service life of 30 years or greater. System shall be fabricated with corrosion resistant
materials such as aluminum or stainless steel. Stainless steel fasteners must be used.
3. The system mounting structures, including the panel/modules, hardware and
attachments, shall be designed to withstand wind loads of 160km/hr for the area. The
solar arrays shall be a non penetrating system and shall maintain the structural
integrity of roofs, basin covers and other related systems. Provide material compatible
with roof construction between mounting elements and roof surface, unless
specifically allowed by roofing manufacturer.
4. Balance on the periphery to ensure counter balance.
5. Arrays shall be mounted at a South or South-facing angle that is as close to the site’s
latitude as is reasonably possible.
6. Array mounting hardware shall be specific for the type of PV panels/modules
supplied. Mounting rails, clips, legs, and other support components shall be
aluminum/coated sheet plate with corrosion protection class III according DIN 55928.
All hardware shall be stainless steel. Exposed fasteners and sharp edges shall be
minimized to prevent potential damage to the panels/modules and support structure.
7. The use of non-plated ferrous metals and any wood components for support structures
shall not be permitted.
8. Array spacing between individual modules/panels shall be kept to a minimum. All
mechanical hardware, conduit, junction boxes and other equipment shall be concealed
beneath or behind the support structures to provide a neat appearance.
9. The System layout shall provide for ease of access for troubleshooting and
maintenance.
1.04 DRAWING SUBMITTAL
The Specialized Solar Contractor shall submit drawings and specifications for approval before
commencement of works. Submittals should be in strict accordance with contract requirements and as
follows.
A. Product Data Specialized Solar Contractor shall include data on features, components, ratings
and performance, which shall include but not be limited to a dimensioned outline plan and
elevation drawings of photovoltaic arrays and other specified components; the physical and
electrical characteristics of the individual solar panels, including manufacturer name and model
number; and the time-current characteristic curves for protective devices.
B. Shop Drawings: Specialized Solar Contractor shall indicate fabrication details, installation
details, dimensions, weights, loads (including wind), required clearances, means and methods
of field assembly, components, and size of each field connection.
C. Field Test and Observation Reports: Specialized Solar Contractor shall indicate and interpret
test results and inspection records relative to compliance with performance requirements.
D. Factory Test Reports: For the PV System to be used for this Project, Specialized Solar
Contractor must provide evidence of compliance with specified requirements to the Engineer.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 SYSTEM EQUIPMENT
A. Photovoltaic (PV) Panels/Modules
B. PV Panel Support Equipment
C. String Control Box
D. DC Surge Arrestors
E. DC Power Disconnecting Switches
F. AC Power Collection Panel
G. DC Cabling
H. AC Cabling
I. Grounding System
J. Inverter Equipment
K. Changeover Panel
L. Monitoring and Control Network with software.
2.02 APPROVED MANUFACTURER’S (OR EQUAL AND APPROVED)
A. Photovoltaic (PV) Panels/Modules from U.S, Japan and Europe only
1. SHARP JAPAN
2. BOSCH GERMANY
3. SOLARDAY EUROPE
4. ECOTHERM AUSTRIA
5. ASTRONERGY EUROPE
6. ACEA GROUP SPAIN
7. SUNPOWER EUROPE
B. Inverter Equipment, from U.S, Japan and Europe only
1. FRONIOUS AUSTRIA
2. SMA EUROPE
3. STUDER SWITZERLAND
4. MITSUBISHI JAPAN
5. POWER SINES USA
C. PV Panel Support Equipment
1. HILTI
2. UNIRAC
3. ECOTHERM – PVFIX
4. OPTIMA RENOVADLES SPAIN
D. AC-DC Cabling, Socket plugs
1. FR – FRANKEN SOLAR GERMANY
2. POLYONE U.S.A
3. FERRAZ – SHAWMUT FRANCE
4. KBE GERMANY
5. AMPHENOL GERMANY

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Outdoor Dc Array Combiner Box


1. MIDNITE U.S.A
2. AMTEC U.S.A
3. SCHNEIDER EUROPE
4. AMPHENOL EUROPE
F. Data Logger
1. SMA EUROPE
2. SOLAR MAX EUROPE
3. FRONIUS AUSTRIA
G. String Controller System
1. CARLO GAVAZZI ITALY
2. FRONIUS AUSTRIA
H. Grounding System
1. ERICO U.S.A
2. WIND – SUN U.S.A
3. SIEMENS EUROPE
I. Surge Protection System
1. ABB EUROPE
2. CARLO GAVAZZI ITALY
3. CHRONOS UK
2.03 PHOTOVOLTAIC PANELS/MODULES
A. Photovoltaic (PV) panel
1. Provide sufficient number of interconnected panels to produce the required annual
system output.
2. PV Panels shall utilize mono crystalline technology and be minimum 20 percent
efficient at peak output.
The solar energy collection components shall utilize the latest & proven technology
for solar energy collection &/or photovoltaic panels available in market at the time of
execution. They shall have the maximum possible efficiency in the products available
in the market, at the time of execution.
3. PV panels shall be suitable for the hot and aggressive climate in Oman. Particular
attention shall be given to the maximum PV panel operating temperature that can be
expected in Oman and a suitable panel selected to withstand this whilst meeting the
requirements for a minimum 25 years design life. Similarly the efficiency of the PV
panel at high temperatures is particularly important. A PV panel type shall be selected
that offers excellent output performance and stability at the very high ambient
temperatures experienced in Oman.
4. Each PV panel shall include bypass diodes in the module junction box.
5. Manufacturers shall be U.S, Japan or European brand only.
6. The PV panels shall have a design life of at least 25 years and at the end of this year
period the depreciation in maximum output shall be no more that 20%.
7. PV modules shall be suitable to fix to the support bearing assembly of the
construction without penetrating the roof.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. PV modules shall be supplied with supplementary self cleaning automatic mechanism.


This shall be by using NANO Technology protection film which reduces the cleaning
requirements and by pressurized water system that will be activated automatically by
the PV system controller. Connect the Controller to the BMS.
9. PV modules efficiency 20% and cell efficiency 22% minimum.
10. Provide fill ratio >0.7
11. Provide a minimum of 3mm thick tempered glass cover with antiglare and NANO
film.
12. Provide sturdy anodized aluminum frame and double layer of anti corrosion coating
13. Provide white reflective back sheet.
14. Operating Temperature: -40 to + 85 C
15. Maximum wind load : 2400 Pa,245 kg/m2 front and back
16. Impact resistance : 25 mm diameter hail at 23 m/s
17. Junction box: IP-65 rated
18. Connectors: MC4 or equal
19. Standard Tests: IEC 61215, IEC 61730, UL 1703
20. Salt spray test : IEC 61701 maximum severity
21. Listings: TUV,UL,CSA or equal
2.04 PANEL/MODULE SUPPORT EQUIPMENT
A. Support Mechanism
1. The support system shall be constructed aerodynamic deep drawn steel or aluminum
sheet frame for holding the photovoltaic modules as generally indicated on the
Architects drawings.
2. The support system shall position the PV panels to ensure effective and adequate
ventilation.
3. The Specialized Solar Contractors specialist supplier shall confirm the minimum off
set from the roof surface and spacing between individual PV panels in order to ensure
effective and adequate ventilation.
4. The support system shall take into account the requirements for cleaning and facilitate
self cleaning of the PV panels. Lips or up stands that would trap sand or dust shall be
avoided.
a. The Specialized Solar Contractor shall provide all hardware required for
assembling the System and attaching the System to the mounting structure.
b. The System mounting structures, including the panels/modules, hardware
and attachments should not exceed maximum area load 14kg/m2, mounting
structure shall be designed to withstand wind load up to 180km/hr and
comply with all existing local and national codes.
c. Arrays shall be mounted at a South or South-facing angle that is as close to
the site’s latitude as is reasonably possible.
d. Array mounting hardware shall be specific for the type of PV panels/modules
supplied. Mounting rails, clips, legs, and other support components shall be
aluminum/coated sheet plate with corrosion protection class III according
DIN 55928aluminum. All hardware shall be aluminum or stainless steel.
Exposed fasteners and sharp edges shall be minimized to prevent potential
damage to the panels/modules and support structure. The use of non-plated
ferrous metals and any wood components for support structures shall not be
permitted.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Array spacing between individual modules/panels shall be kept to a


minimum. All mechanical hardware, conduit, junction boxes and other
equipment shall be concealed beneath or behind the support structures to
provide a neat appearance.
f. The System layout shall provide for ease of access for troubleshooting and
maintenance.
g. Array mounting structure shall have high heat resistance level min 100°C
and light reflectance co-efficient maximum 0.43 shall have corrosion
protection class III acc. Din 55928.
2.05 DC SURGE ARRESTOR
A. DC surge arrestor shall be provided at each combiner box for lighting protection. Arrestors
shall be furnished in PVC potted case mounted in a standard conduit knockout of the combiner
junction box.
B. Arrestors shall be silicon oxide varistor type, specifically rated for photovoltaic applications, 0
to 1000 volts DC.
2.06 DC CONNECTING SWITCHES
A. DC disconnecting switches shall be provided to isolate DC input circuits from the inverter
maintenance. Switched shall be installed in close proximity to the inverter locations shall be
clearly marked to indicate array number and inverter severed.
B. Switches shall be suitable for DC safety switch applications in NEMA-1 enclosures for indoor
use and NEMA 3 enclosures for outdoor use.
2.07 PHOTOVOLTAIC INVERTERS
A. The system shall utilize inverters that are capable of providing a three phase, 415volt, 50Hz
supply and designed specifically for an ON GRID mode of operation capable of automatic,
continuous and stable operation over the range of voltages, currents and power levels for the
size of array used.
B. Connection arrangements shall be to the satisfaction of the OMAN MEW.
C. Inverters construction shall be 100kW each maximum.
D. Inverters shall be suitable for multiple array power supply sources that are differing
orientations and elevations / tilts. Each inverter shall have at least two mpp tracking algorithms
both of which shall be capable of working simultaneously and contributing to the total output
of the inverter.
E. The maximum efficiency of the Photovoltaic inverter shall be greater than 97%.
F. The inverter shall ensure the output voltage and frequency tolerances are met as described in
section 1.3 (B.2).
G. The inverter construction shall be based on modular concept and each module of the inverter
shall be available as a spare part.
H. The inverter shall comply with degree of protection IP 30 with protection class 1.
I. Night time consumption for inverter shall be not more than 100Watts
2.08 APPLICABLE CODES AND STANDARDS
A. The Specialized Solar Contractor shall be qualified to design and install this type of project.
Specialized Solar Contractor will be required to ensure that the System conforms to all
applicable codes and standards and shall have passed the listing and qualification tests listed
below.
B. The dates of the latest known versions are listed below:
1. National Electrical Code – NFPA 70 (2006)
2. National Electrical Safety Code – ANSI/IEEE C2-2002
3. OSHA

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. Outdoor enclosures shall be NEMA 3 (minimum) or equivalent


5. ANSI/IEEE 519 1992 Guide for harmonic control and reactive compensation of static
power controllers
6. IEEE1262 Recommended Practice for qualification of Photovoltaic Modules
7. IEEE 928-1986/IEC 61701 Recommended Criteria for Terrestrial Photovoltaic Power
System
8. IEEE 929-2000/ IEC 60364-7-712Recommended Practice for Utility Interface of
Photovoltaic System
9. UL 1741-2001 for Inverters and Charge Controllers.
10. IEC 61215/61730/UL 1703 for Photovoltaic Modules
11. All System components shall be UL/CE Listed.
12. FCC Regulations Electromagnetic Interference.
2.09 PROTECTIVE DEVICES
A. Provide series fuses in all series connected PV panels strings.
B. Provide over voltage protection and surge protection to dc circuits.
C. Circuit breaker protection for each group of panels shall include ground fault protections.
D. Provide suitable loss of mains protection for each sub system connection at the relevant main
low voltage switchboard to the requirements of the Oman MEW.
2.10 INTERCONNECTING WIRING
A. All outdoor CABLING shall be sunlight resistant and suitable for the Oman ambient
temperature environment.
B. The DC Cabling shall be double insulated (Isoh), rated at 1500 volts dc and sized To limit
voltage drop to 2%.

PART 3 - EXECUTION
3.01 INSTALLATION
A. Secure PV mounting support system securely to roof structure to withstand earthquakes and
storm force winds. Secure cabinets to withstand earthquakes.
B. Demonstrate parallel connection protection systems to the Engineer and OMAN MEW.
C. System Installation shall conform to Manufacturers Installation Manual and approved project
drawings and specifications.
D. Installing Specialized Solar Contractor shall receive manufacturer authorized training prior to
commencing operations, and provide proof of such authorized training to Owners staff prior to
commencing operation. The Specialized Solar Contractor shall ensure installing are familiar
with manufacturer’s installation guidelines.
E. Tie in point to the facilities electrical distribution system shall be selected to maximize systems
performance. Signage shall be applied in accordance the local regulations.
F. All required over-current protection devices shall be included in the system and accessible for
maintenance. Each shall have trip ratings no greater than the de-rated amperage of the
conductor it protects.
G. All mounting equipment shall be installed to the manufacturer’s specifications.
H. Installation should be organized and neat. Module connections and wiring should be neatly
prepared and easily accessed by service persons.
I. All cables, conduit, exposed conductors, and electrical boxes should be secured and supported
according to code requirements.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

J. System switching equipment shall have convenient access for resetting or repair during
electrical outages.
K. Site shall be maintained and kept secure, free of excessive debris and in safe condition during
the construction period.
L. Special attention shall be paid to minimizing the risk from exposed fasteners, sharp edges, and
potential damage to the modules or support structures. Corrosion resistance and durability of
the mechanical hardware shall be emphasized – the use of stainless steel fasteners and
aluminum support structures are required. The use of ferrous metals, wood, or plastic
components is not acceptable.
M. The IP rating for all outdoor equipment shall be at least IP55.
3.02 DELIVERY, STORAGE AND HANDLING OF MATERIALS
A. Deliver PV modules and system components to their final locations in protective wrappings,
containers, and other protection that will exclude dirt and moisture and prevent damage from
construction operations. Remove protection only after equipment is safe from such hazards.
B. Modules may be delivered in containers that can be easily supported by the roof. Specialized
Solar Contractor shall insure proper placement of point loads on the roof from equipment
staging and installation.
C. Special Solar Contractor shall maintain the integrity of the roof surface during delivery,
handling and installation, including laying out mats, insulation/plywood layers, etc. Any
damage to the roof surface shall be identified and repaired by the Specialized Solar Contractor.
D. Each module shall be visually inspected for detects by the Specialized Solar Contractor and the
Engineer prior to installation.
E. PV modules shall be free of dirt and construction debris prior to system start up procedures.
3.03 SYSTEM COMMISSIONING
A. Commissioning Plan shall include checklists and verifications in the following Project Phases:
Design, Installation, Operation (Function and Performance Checks), and turn over.
B. System inspection and safety checks: Specialized Solar Contractor shall run through a checklist
of startup requirements and conduct a series of safety tests to ensure proper installation, safe
operation and specified performance.
C. The Engineer must be present during the commissioning process. Final acceptance of the
commissioning process will be by the Engineer.
D. String Voltage and Current Readings
1. Voltages will be recorded for each string, each sub-array, and the entire array using
calibrated instrumentation. Measurements will be recorded and provided to the Owner
in a clear, tabular format. Each voltage measurement will include the following
ancillary data: the date; the time of day that the measurement was taken; the ambient
temperature at the time; and the solar irradiation at the time. The strings that make up
each sub-array will be clearly identified on a drawing by number.
2. After inverter startup, current shall be recorded for each string, each sub-array, and
the entire array. Measurements will be recorded and provided to the Owner in a clear,
tabular format. Each voltage measurement will include the following ancillary data:
the date; the time of day that the measurement was taken; the ambient temperature at
the time. The strings that make up each sub-array will be clearly identified on a
drawing by number.
E. All inverter startup tests as specified by the inverter manufacturer in the inverter operation
manual and conducted by a factory-authorized technician.
1. Actual power .Vs. predicted power
2. Measure Voc of every source circuit and log it.
3. Measure ac power and compare to predicted power

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. Verify tightness of all wiring terminations.


5. Verify proper marking and labeling of all wire terminations and enclosures.
6. Verify shut-down procedures
7. Verify start-up (“wake-up”) procedures
8. Verify system 5-minute delay upon re-start.
9. Verify PV array quick connectors are fully mated and wires neatly secured.
10. Verify no debris on the modules, no damaged or broken modules.
11. Verify Total Harmonic Distortion and Power Factor.
F. System Performance Testing
1. Special Solar Contractor shall conduct a two hour performance test of each array to
verify that rated performance is met.
2. The test must be conducted between on a clear sunny day during peak sun isolation
periods (between 11am and 1pm). Test readings shall be manually recorded,
including:
a. Sun isolation (5 minute intervals)
b. Ambient air temperature (5 minute intervals)
c. Wind speed (5 minute intervals)
d. System kW AC output (5 minute interval)
e. Array DC voltage, current and power (5 minute intervals)
f. String currents (once over the two hour test)\
g. Solar module surface temperature (minimum 4 locations – 5 minute
intervals)
h. Inverter information (15 minute intervals)
3. From the data, the following shall be calculated:
a. kW DC output, corrected to PTC
b. System AC output, corrected to PTC
c. Inverter tested efficiency
4. Special Solar Contractor shall furnish a detailed report summarizing the test.
5. If it is that the system cannot meet the stated performance, Specialized Solar
Contractor must furnish additional solar panels to meet this condition, and repeat
performance testing as required.
G. Documentation
1. Prepare three (3) copies of operating and maintenance manuals in hard cover binders
and one soft copy and deliver to the Engineer. As a minimum the Specialized Solar
Contractor shall include:
a. A complete set of all approved submittals including shop drawings and
product literature.
b. As built roof plans showing the final placement of all panels, combiner
boxes, connections, and conduit placement.
c. As built electrical plans, including three line diagrams, and elevation
drawings showing the final placement of the electrical equipment.
d. Cleaning instructions for the PV panels.
e. Copies of all start-up procedure measurements.
f. Copies of all testing data and reports

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

g. Troubleshooting Guidelines.
h. System maintenance schedule and procedure.
i. Contact information for technical assistance and parts ordering.
j. Spare parts lists and prices for Ten years from date of commissioning.
k. Spare parts lists and their availability guarantee for Twenty years from
commissioning of the system.
l. Training
1) Provide copies of a training manual for operation and maintenance
of the PV system.
2) Conduct an onsite training class including a minimum 180 hours of
instruction. Training must be provided by factory-authorized
representatives of the System Equipment. Proof of such
authorization must be provided to the Engineer prior to
commencing the training.
The Training schedule and syllabus shall be submitted for approval.
3) A certified (Engineer level) training program for 2 ROP Engineers
shall be conducted/arranged by the System Integrator/ Specialized
solar contractor which shall cover training in areas such as extensive
knowledge being imparted on the sub-systems & components,
operation, maintenance, monitoring, diagnosis, troubleshooting of
the system. As mentioned earlier the syllabus/training schedule shall
be submitted beforehand & shall be subject to approval/
modification as per the requirement of Client's Project management
team. The training shall be conducted by a Certified Agency/team &
relevant proofs/ documentation shall also be submitted beforehand.
3.04 WARRANTIES AND SERVICE
A. Warrantees: The Specialized Solar Contractor must provide warranties on both the completed
System and the individual components. The methods for implementing the Terms and
Conditions of the warranty must be clearly established, and handled by the Specialized Solar
Contractor throughout the term of the warranty period, the following warranties are required:
1. Special warranties specified in this Article shall not deprive Owner of other rights
Owner may have under other provisions of the Contract Documents and shall be in
addition to, and run concurrent with, other warranties made by Specialized Solar
Contractor under requirements of the Contract Documents.
2. The overall system shall be warranted by the Specialized Solar Contractor for a
minimum period of five (5) years. Separate Manufacturer warrantees will be passed
through to Owner.
3. PV modules shall have a one year workmanship warranty that guarantees full module
replacement as a result of defective workmanship. Modules shall have a power
warranty that guarantees power output to be within 10% of original power during the
first 10 years of operation and 20% of original output during years 11 through 25 of
operation.
4. Mounting System – Manufacturer shall warrant the mounting system hardware to be
free from defects in material and workmanship for a period of five (5) years.
5. Inverters – Manufacturer shall warrant the mounting system hardware to be free from
defects in material and workmanship for a period of five (5) years and include an
extended warranty for an additional five (15) years.

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Service
1. Qualifications
a. Specialist Solar Contractor shall be locally based ( in Oman or in Arabian
Gulf), and have in-house first response Solar Specialist Engineers certified
by Solar system provider and inverter manufacturer. Specialized Solar
Contractor shall demonstrate locally based service capabilities like available
of technical manpower on the Project Team Organization Chart.
2. During the period of warranty, Specialized Solar Contractor shall conduct and
document all recommended preventative maintenance. Preventative maintenance shall
include the following and be performed no less than annually by direct qualified
employees of the Specialized Solar Contractor:
a. Visual and mechanical inspection of all equipment
b. Random checking of mounting system operation
c. Verification of electrical dc continuity via ammeter readings
d. Inspection and replacement of all fuses.
e. A Preventive Maintenance plan shall be submitted to the Engineer for review
and approval prior to being included as part of the O&M manual.
f. In case of breakdown the response time shall be 4 hours maximum and fixing
of the problem shall be 40 hours maximum.
3.05 ON-SITE SUPPLY OF SPARE MATERIALS
A. The Specialized Solar Contractor shall leave a supply of system materials on-site that match
the products that are installed in the System as follows:
1. Fuses. (1) for every (10) of each type and rating, but not less than (1) of each;
2. Indicator lamps (2) for every (6) of each type and size, but not less than (2) of each;
3. Inverters. (1) for each model used in the System.
4. DC Disconnect Switches. (1) for each model used in the System.
5. Solar Panel 10 nos. for each model.

END OF SECTION

© 01 International W.L.L Solar Photovoltaic on Grid System for Building Roof Top
13650-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13670
THERMAL CHIILED WATER STORAGE TANK

PART 1 - GENERAL
1.01 SUMMARY
A. Documents Includes

1. Chilled water thermal storage tank performance requirements.

2. Chilled water thermal storage tank construction and insulation.

3. Related accessories.

1.02 SCOPE

A. General

1. This specification states the conditions and requirements for furnishing, delivering,
erection, startup and placing in firm operation the Thermal Storage Tank complete
with all required accessories. Dedicated Direct Digital Controller (DDC) including all
sensors, hardware and software shall be provided by BMS supplier and the DDc shall
be connected to BMS. Coordinate with the BMS supplier to provide all graphics,
alarms, overrides, reports ..etc.

2. The specifications for the apparatus are descriptive of the requirements, but do not
attempt to enumerate all details of accessories and appurtenances.

3. The Supplier shall furnish the equipment and services including all necessary features,
components, accessories and appurtenances for the safe, efficient and reliable erection,
operation and maintenance whether specified in this specification or not.

B. Items Included

1. The Supplier shall design, furnish materials, fabricate, erection and test the equipment
suitable for the service intended and all conditions specified. The work to be furnished
by the Supplier shall include but not limited to the followings.

a. One(1) Thermal Storage Tank for 7000 ton-hour capacity Plant complete with
all required accessories.

b. Provide The following miscellaneous items :

2. All internal accessories including diffusers

3. Insulation and cladding materials

4. Consumable materials required for storage, installation, commissioning performance


test including water for tank hydraulic test.

5. Construction power

a. One(1) set of special tools, if required.

b. Spare parts for two(2) years operation

c. All required drawings and documents

d. Field supervisory services for commissioning and performance test

e. Two(2) year warranty after Substantial completion certificate.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Other required Items

1. The following items of work are required

a. Foundation: This can be provided by the Civil contractor subject to approval


by the Engineer

b. Water for hydrostatic test

c. External piping and valves to the tank Supplier’s terminal points

d. External power and wiring to the tank Supplier’s terminal points

e. Temperature sensors and thermo-wells

f. Level switches

g. Level Transmitter

1.03 TECHNICAL REQUIREMENTS

A. Technical requirements for the thermal storage tank shall be in accordance with TS-ES310
Thermal Storage Tank.

1.04 QUALITY ASSURANCE


A. The internals (Diffusers) shall be provided by the specialized manufacturer whose internals
have been in use for more than 10 years and also supplied successfully in the Gulf Region.
B. Internals manufacturer shall have provide reference list of completed and operating projects .
1.05 DRAWING AND DOCUMENT REQUIREMENTS
A. Required Drawings and Documents at Proposal
B. The Supplier shall submit the following drawings and documents at proposal
1. Price schedule
2. Delivery schedule
3. Supplier’s equipment data sheets
4. Tank construction schedule
5. Mobilization schedule for manpower, equipment and utilities
6. Outline drawings including dimension and weight
7. Special tool list
8. Spare parts list for two(2) years operation after substantial completion.
9. Technical descriptions and catalogues
10. Deviation/Clarification list
1.06 QA/QC SYSTEM
A. The Supplier shall submit Project Quality Plan in accordance with the main contract QA/QC
requirement and provisions and mobilize QA/QC personnel to implement these plans.
B. The Supplier shall prepare, obtain approval and qualify the welding procedures and welders in
accordance with the main contract specifications, applicable codes and standards including
mobilizing Third Party Inspection Agency.
1.07 HSE SYSTEM
A. The Supplier shall perform the duties and responsibilities of this contract in accordance with the
main contract requirements and government laws and provisions for HSE.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. The Supplier shall submit Project Safety Plan, Risk Management and Emergency Response
Plan.
C. References
1. American Society of Mechanical Engineers (ASME)
a. ASME B31.1 Code of Pressure Piping – Power Piping
2. American Water Works Association (AWWA)
a. AWWA D100 Welded Steel Tank for Water Storage
b. AWWA D102 Painting Water Storage Tank
3. American Society of Heating, Refrigeration, and Air Conditioning Engineers
(ASHRAE)
a. ASHRAE Application Handbook, Chapter 39, Thermal Storage
b. ASHRAE Design Guide for Cool Thermal Storage, 1993 Edition
4. Air Conditioning & refrigerant Institute (ARI)
a. Guideline T – Specifying Thermal Performance of Cool Storage Equipment
5. Steel Structures Painting Council (SSPC)
a. SSPC SP-10 Near White Blast Cleaning
6. International Standards Organization (ISO)
7. Japanese Industrial Standard (JIS)
8. Korean Industrial Standard (KS)
D. Definitions
1. Charging: Directing all or part flow from chillers into the bottom of storage tank at low
velocity to prevent mixing of cool and warm water inside storage tank and
simultaneously directing equal flow from top of storage tank into chilled water return
to chillers.
2. Discharging: Directing all or part flow from bottom of storage tank into chilled water
supply to building and simultaneously directing equal flow from chilled water return
into top of storage tank at low velocity to prevent mixing of warm and cool water
inside storage tank.
3. Off-Peak: Period of the working day during which an electrical utility does not foresee
high electrical demand, generally resulting in increased electrical consumption and
demand rates.
4. On-Peak: Period of the working day during which an electrical utility foresees high
electrical demand, generally resulting in increased electrical consumption and demand
rates.
5. Thermal Energy Storage (TES): The thermal storage tank installed, connected and
operational.
E. Submittals
1. Product Data: Submit Product Data for each factory-manufactured component
specified
a. Manufacturer’s specification and technical data.
b. Detailed specification of construction and fabrication.
c. Manufacturer’s installation instructions.
d. Certified test reports indicating compliance with specified performance
requirements.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Shop Drawings
a. Extent of Shop Drawings
1). Dimensions.
2). Description of materials and finishes.
3). Specific modifications.
4). Component connections.
5). Anchorage methods.
6). Hardware.
7). Installation procedures.
b. Submit Shop drawings for each of the following assemblies of shop-
fabricated and manufactured components
1). Tank, including penetrations for personnel access and control system
instrumentation, insulation, coverings and protective coatings.
2). Structural support system for shell and roof, Certified by
Professional Structural Engineer .
3). Internal flow distributors and header piping.
3. A Professional Engineer must certify Shop Drawings.
4. Samples
a. Submit 2 sets each of the required for selection or verification.
5. Quality Control
a. Test Reports
1). Mill certified test reports for steel plate, pipe and polycarbonate
board
2). Soil in-place densities.
3). Concrete compressive strengths.
4). Welding non-destructive examination.
5). Paint thickness readings.
6). Performance test .
b. Professional certifications.
c. Manufacturer’s field reports with field samples
d. Written report-certifying inspections.
e. Certification that painting meets AWWA D102 Specification.
f. Pre-qualification of welders
6. Contract Closeout Submittals
a. Project Records Documents
b. Operating and Maintenance Manuals
1). Testing, Cleaning and Maintenance Instructions.
2). Maintenance Materials List
3). Part List / Diagram

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. System Responsibility
a. Manufacturer to be responsible for design and construction of complete tank
system specified herein including tank, foundation system, tank fittings,
accessories, nozzles for gauging system, internal flow distribution piping,
water sampling system, insulation, coating, testing, etc., as required for a
complete installation ready for service.
b. Grounding

PART 2 - PRODUCTS
2.01 THERMALLY STRATIFIED CHILLED WATER STORAGE TANK
A. Foundation System Design
1. Design provided by tank manufacturer at a minimum as follows.
2. Coordinate foundation size, location, elevation, soil report requirement, mechanical
and electrical connections etc., with the Architect’s Representative.
3. The foundation, as a minimum, shall be a reinforced concrete ring wall meeting the
construction tolerance and design requirements of AWWA D 100 and ACI 318.
Verify with local soil report.
4. The foundation will be sloped to prevent the accumulation of rainwater. For
unanchored tank, the shell will be supported by an asphalt-impregnated fiberboard as
specified in AWWA D100.
5. The vertical surface of the ring wall shall be formed. The top surface of the ring wall
will be level +/- 1/8 inch in any 30 feet circumference from an established plane.
6. A minimum acceptable concrete mix is as follows
7. Concrete compressive strength, Fc of 3000 psi.
8. The inside of concrete ring wall shall be insulated with minimum 1.5 inch thickness of
polystylene board extending 32 inches below the top of the ring wall.
B. Tank Design: Vertical, cylindrical all-welded steel type with flat bottom and low conical fixed
roof. Bolted construction is not acceptable.
1. Bottom and roof plates joined to cylinder using lap joint welded from topside only.
2. Designed, constructed and tested per AWWA D100 by tank manufacturer.
a. Wind load: 160 km/h when filled with water
b. Seismic design: per AWWA D100 and verify with local seismic zone
requirements for entire tank including roof framing and column.
Manufacturer’s design shall account for a proper sloshing wave height
allowance to prevent roof damage.
3. Roof live load: Minimum 1.2 kPa. Verify with local code requirement.
4. Corrosion allowance: 1/8 inch corrosion allowance for tank bottom.
C. Tank Connections and Openings
1. Two shell access manholes : (One 24 inch and one 36 inch diameter)
a. Flanged and gasketed blank-off plates.
b. Install on opposite sides of tank.
2. One roof access manhole (One 36 inch square hatch)
a. Install one centered 60 inches from shell
3. One drain sump, located inside the tank near the shell manway

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. One 24 inch diameter roof vent opening with 36 inch diameter mushroom type roof
vent and No.4 aluminum bird screen. Locate near tank center.
5. All piping connections to be ANSI Class 150 welded flanges.
a. One chilled water supply inlet/outlet connection
b. One chilled water return inlet/outlet connection.
c. One 10 inch interior mounted overflow piping system with flap valve
mounted at the point of discharge exterior to the tank
d. 4 – 1 inch water sample connections.
e. 6 inch drain nozzle
D. Tank Fittings and Accessories
1. Provide exterior galvanized steel OSHA approved vertical ladder and cage, with
intermediate rest platform and 3’-6” high pipe guardrail. Also provide a 3’-6” high
safety railing around tank fittings at top of tank/ladder, approximately 12’0” wide by
5’-0” deep with grating surface. Provide pipe guardrail on 4 sides.
2. Provide interior galvanized steel vertical ladder and safety climb device.
3. One temperature transmitter insertion well coupling welded to shell at each 300 mm of
tank shell height. First coupling starts at 300 mm from bottom of tank.
a. For sensing internal water temperature
b. Locate immediately adjacent to exterior ladder.
4. Tank grounding system
a. Provide shell clips for electrical bond to electrical grounding system.
E. Water Level Gauging System
1. All connections to be provided by tank manufacturer. Locate on top of tank.
2. Provide 150 lb flanged steel pipe connection
3. Liquid level controller shall monitor high and low water levels, reporting abnormal
water level to the control automation system. Provide wiring to the building
automation system.
4. Liquid level controller shall also monitor the operating water level and maintain the
level 6 inches below overflow of the tank. When the water level drops below the
setpoint, make-up water valve shall open to supply water to the tank. Valve shall close
when water level reaches setpoint. Remote make-up water valve will be specified in
Controls.
F. Water Sampling Nozzles for Thermal Storage Tank
1. Provide 4 independent 1 inch stainless steel water sampling nozzles.
G. Internal Flow Distributors
1. Designed and constructed per ASHRAE Applications Handbook, 1995 Edition,
Chapter 40. Constructed with stainless steel pipe, plates and polycarbonate boards
which shall be removable for painting of the tank.
2. Slotted pipe diffusers are not allowed.
3. Head loss: The total hydraulic head loss from the tank inlet flange to the tank outlet
flange at the maximum design flow rate will be a maximum of 3.0 psi.
4. Acceptable specialist contractor are FT EnE, CB and I, Matrix, Natgun and Approved
Equivalent by the Engineer.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

H. Coatings
1. In addition to standard AWWA weld clean up procedures, provide welds conforming
to manufacturer’s standard as welded samples for machine and hand welds.
2. Slag shall be cleaned from all welds. Welding joints shall be painted until after the
work has been completed and accepted. The surface to be painted shall be cleaned of
splatter, rust, loose scale, oil and dirt.
3. Blast clean surfaces prior to application to coatings per SSPC SP-10.
4. Apply coatings during temperature, humidity and cleanliness conditions within coating
manufacturer recommended limits.
5. Outside(under bottom) : heat resistant paint 1 shop coat of Carbon Zinc 11.
6. Outside(under insulation) 5 mil primer coat AWWA D102 system l-1-W.
7. Inside : AWWA D102 l-1-W.
I. Insulation: As required to meet the thermal performance specifications.
1. The insulation system shall meet or exceed the system performance requirements for
ambient heat gain to less than 1 % of rated thermal storage capacity in a 24 hour period
based on 130 degree F. ambient.
2. The insulation system shall be designed to withstand a 160 km/h wind loading. Verify
with code requirements.
3. Design for shell and roof insulation shall include the following.
a. A rigid insulation board, of polyurethane or polyisocyanurate, with pre-
attached aluminum foil vapor barriers. The board shall have a density of 2
PCF having an aged thermal conductivity value no less than 0.16 BTU-in/Hr-
ft2-degF (R=6.25/inch)
b. The insulating boards shall be installed as a single or multiple layer. The
edges of the board shall be tightly butted against each other. The joints of
adjacent layers shall be offset a minimum of 6 inches both vertically and
horizontally, during installation.
c. The metal cladding for the shell shall be of 0.6 mm (0.24 inch) thick
Aluminium corrugated sheet of 1 1/4 x 1/4 corrugation. Prior to cladding, a
40 mm wide x 1.2 mm thick stainless steel banding shall be installed over the
insulation at approximately 1.0 m spacing. These bandings shall act as
support ring for the cladding. The cladding for shell shall be riveted to the
banding at approximately 300 mm center circumferentially and cladding to
cladding shall be riveted at 200 mm center. The cladding shall have a
minimum overlap of 75 mm on vertical and 1 1/2 to 2 corrugation on
circumferential. All protrusions and terminations shall be sealed with metal
sealant Foster 95-44.
d. The flushing shall be provided with a minimum of 150 mm overlap, both at
the base and at the roof edge in such a way that no water seeps through.
e. The cladding for roof shall be of 1.0 mm thick plain aluminium sheet and
shall be installed with minimum overlap of 50 mm between adjacent sheets.
The cladding joints shall be staggered in respect to the previous row. The
cladding to cladding shall be stitched with stainless steel rivets of 4.8 mm x
13 mm at 150 mm spacing and cladding to support shall be secured with
stainless steel rivet of size 4.8 mm x 19 mm. All longitudinal and
circumferential overlaps shall be sealed by means of butyl gum tape and all
cut outs , protrusions and terminations shall be sealed with metal sealant
Foster 95-44.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. The color of the cladding shall be specified by Contractor later.


g. The insulation system shall include removal insulated covers for
1) Manhole (shell and roof)
2) Anchor bolt chairs (when anchorage is required)
h. The perimeter area where the tank shell meets the foundation shall be
adequately sealed and insulated to minimize condensation.
4. An external bottom insulation system shall be provided as necessary to meet the heat
gain limits as specified. The system shall be suitably protected from damage during
installation and welding of the tank bottom.

PART 3 - EXECUTION
3.01 INSTALLATION
A. Provide 6 inch clean sand and cushion under tank bottom
B. Pipe, Fittings and Internal Flow Distributors: Per requirements of AWWA D100 and as
indicated. All piping, flanges, fittings, welding and welder qualifications shall be in accordance
with applicable standards.
C. Tank shall be constructed of steel in accordance with AWWA D100. Before any plate is welded
and before any new welding operator begins work on this project, manufacture to provide
copies of welders certification per ASME Section IX QW-303. Qualified welding operators
shall do all welding.
D. The following shall be welded by Automatic Machine
1. All horizontal welds for shell plates by Submerged Metal Arc.
E. The following shall be welded by Automatic Machine or manually.
1. All vertical welds 5/8 inch and larger by Electrogas Arc.
2. All vertical welds less than 5/8 inch by Shield Metal Arc.
3. All rectangular floor plate by Submerged Metal Arc or Flux Core Arc.
F. Coating: Per requirements of AWWA D102 and as indicated.
G. Overflow Drain: Internal piping to indirect drain near tank bottom as indicated with flapper
valve outlet.
H. Insulation: Apply per manufacturer’s recommendations.
3.02 CLEANING, FLUSHING AND FILLING
A. Perform procedure following completion of coating inside tank
1. Remove construction debris from inside tank and manways.
2. Pump or wet-dry vacuum inside of tank bottom and internals.
3. Contractor will inspect tank for cleanliness prior to filling
B. Fill tank with clean water prior to start-up and operating tests. Notify chemical treatment
contractor prior to fill allowing sufficient time for preparation and installation of treatment
program.
C. All water treatment and testing shall be continuous from the initial fill of water.
D. The tank shall not be allowed to be full of water without testing and treatment as required to
maintain water quality.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.03 PERFORMANCE TEST


A. Requirements
1. Perform test within 30 days from date of Substantial Completion of the chilled water
refrigeration and distribution system.
2. Supplier, Contractor and Contractor to witness entire test.
B. Preparation
1. Confirm the operation of the following permanent instrumentation
a. Chiller water supply inlet/outlet temperature sensor
b. Chiller water supply inlet/outlet flow sensor
c. Chiller water supply inlet/outlet temperature sensor
d. Chiller water supply inlet/outlet flow sensor
e. Tank level gauging system
C. Test Procedure
1. Requirements
a. Provide a performance test of the TES system to verify its ability to meet the
performance requirements specified. The test will take place within 30 days of
Substantial Completion of the TES System. Prior to the test, the Contractor
will have data confirming that the chilled water supply system equipment is
operational.
b. If design cooling load is not available at the time of testing, the performance
test shall be based on the recharging the TES System.
c. Supply and operation of all mechanical equipment, controls and data
recording devices shall be by the Contractor. The tank manufacturer will
provide a qualified engineer to monitor the test. The tank manufacturer will
review the test data and issue a written report to the Contractor.
d. The TES System will have met the specified performance requirements if
after the flow of one complete tank volume, the stored capacity is equal to or
greater than the design value as specified.
2. Preparation
a. The Engineer shall notify tank manufacturer at least 2 weeks prior to test data.
b. At least the lowest 8 feet of the water in the storage tank will be chilled to
design supply temperature and will be held for 3 days to confirm that the soil
and foundation have reached a steady state thermal condition.
c. The Contractor will confirm that calibrated inlet/outlet flow meter, inlet/outlet
temperature instrumentation and the thermal charge instrumentation are
operational.
3. Test Procedure
a. The TES System will be brought to a fully discharged condition (all water at
designed return temperature.) to initiate the performance test.
b. Charge the tank at the maximum design rate.
1) Record inlet and outlet flow and temperature at 15 minutes intervals.
2) Cooling capacity delivered into storage during 15 minute intervals
will be calculated from the flow and temperature recordings, the total
stored capacity will be calculated from the sum of the capacities
from all intervals.

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.04 SCHEDULES
A. Chilled water Storage tank
1. Storage capacity 7000 ton-hours
2. Tank diameter 17 * meters
3. Tank height (straight side) 14 * meters
4. Chilled water supply temperature 42 deg. F.
5. Chilled water return temperature 56 deg. F.
6. Maximum discharge flow rate 1280 US-GPM
7. Maximum charge flow rate 1280 US-GPM
8. Maximum heat gain 1 to 2 % in 24 hours (@ 115 deg.F
ambient and @ 95 deg. F.
9. Maximum soil temperature
B. Contractor shall check by calculations and submit for approval of the Engineer. Provide two
original books for Stratified chilled water storage design and execution.

END OF SECTION

© 01 International W.L.L Thermal Chilled Water Storage Tank


13670-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 13750
RADIATION PROTECTION

PART 1 - GENERAL
1.01 SUMMARY
A. Provide labor, materials, equipment and services, and perform operations required for
installation of radiation protection and related work as indicated on the drawings and specified
herein.
B. Work Included: The work of this section shall include, but not be limited to, the following:
1. Radiation protected hardware.
1.02 STANDARDS
A. Except as modified governing codes and by the Contract Documents, comply with the
applicable provisions and recommendations of the following:
1. NCRPM "National Council on Radiation Protection and Measurement Report No. 49
'Structural Shielding Design and Evaluation for Medical Use of X-rays and Gamma
Rays of Energies of up to 10 MeV'."
1.03 SUBMITTALS
A. Shop Drawings: Submit shop drawings of radiation protection items. Include dimensioned
plans and elevations, details, connections and anchorages, relation to adjacent work and other
necessary data. Provide templates and drawings to locate items set in concrete or masonry.
B. Samples: Submit samples of each of the following items:
1. Lead lined doors and frames.
2. Lead lined gypsum drywall.
3. Lead glass.
4. Sheet lead.
5. Seals.
C. Manufacturer's Data: Submit the following information from the manufacturer:
1. Certification (in the form of standard data sheets, test results or letter) stating that each
item or material to be furnished complies with these specifications.
2. Statement that each product to be furnished is recommended for the application
shown.
3. Complete instructions for handling, installation and maintenance for each item of
radiation protection and accessory.
1.04 PRODUCT HANDLING
A. Deliver manufactured materials to the project site in original, unopened containers, clearly
indicating manufacturer's name, brand name, and other identifying information.
B. Protect items from damage from any source.
C. Store materials in a dry location, of the ground, and in such a manner as to prevent damage or
intrusion of foreign matter.

© 01 International W.L.L Radiation Protection


13750-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 MATERIALS
A. Lead Sheet: Sheet material of virgin quality, analyzing 99 percent pure, free from dross, oxide
inclusions, laminations, scale, blisters, cracks, or other detrimental imperfections. Material shall
not vary more than 3 percent from thickness shown.
B. Lead Lined Concrete Masonry Units: Comply with requirements of Section 04200 "Unit
Masonry" and as follows: Fabricate units to develop a minimum compressive strength of 300
psi at 28 days when tested on edge. Fabricate units with a single thickness of unpierced sheet
lead vertically bonded or anchored permanently in center of block. Provide lead sheets sized to
permit a minimum of 25 mm overlap with adjacent units or supplemental lead to ensure
uninterrupted protection. Perform field cutting of units in a manner which will not affect bond,
lapping margin or shielding qualities of lead. Provide special shapes as required to maintain
proper bond and shielding protection.
C. Lead Lined Gypsum Drywall: Comply with Section 09250 "Gypsum Drywall" and as follows:
Laminate a single thickness of unpierced sheet lead to back of gypsum board units. Provide 50
mm wide lead strips for lapping at joints.
D. Lead Lined Lath: ASTM C37 modified as follows: Single thickness, unpierced sheet lead
laminated to gypsum lath 10 mm thick unless otherwise shown) so that lead extends 25 mm
beyond one side and one end to provide lead lap with adjacent lead protected lath units. Lead
sheet thickness as shown.
E. Lead Lined Doors and Frames
1. Hollow Metal Frames: Comply with Section 08100 "Hollow Metal Doors and
Frames" and as follows:
a. Provide additional reinforcements and internal supports to adequately carry
weight of lead lined doors. Perform such work prior to installation of lead
lining.
b. Line inside of frames with single unpierced strip of sheet lead of not less than
same thickness as doors and walls in which frames are used. Form lead sheet
to match contour of frame, continuous in each jamb and across head. Form
lead shields around areas prepared to receive hardware. Fabricate lead lining
wide enough to maintain an effective lap with lead of adjoining shielding
units.
2. Lead Lined Wood Doors: Comply with Section "Wood Doors" and as follows:
a. Fabricate doors of solid core flush construction with one or more continuous
unpierced lead sheets to make up total lead thickness as shown. Apply lead
sheet continuously from top to bottom and edge to edge. Lead lining may be
constructed in core or between core and cross banding at manufacturer's
option. Assemble lead lining and core with poured lead fasteners or steel
bolts. Space lead dowels not more than 455 mm from door edge and
approximately 200 mm o.c. Countersink bolt heads and cover with poured
lead.
b. Shield cutouts for locksets with sheet lead lapping lead lining of locksets and
door lining, of equal thickness as used in door.
c. Furnish face veneer of face quality and finish as shown or as required.
Prepare doors to receive viewing windows and louvers as shown.
3. Lead Lined Hollow Metal Doors: Comply with Section 08100 "Hollow Metal Doors
and Frames" and as follows:
a. Fabricate doors with one or more continuous unpierced lead sheets to make
up total lead thickness as shown. Apply lead sheet continuously from top to
bottom and edge to edge. Assemble lead lining with poured lead fasteners or
steel bolts. Countersink bolt heads and cover with poured lead.

© 01 International W.L.L Radiation Protection


13750-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Shield cutouts for locksets with sheet lead lapping lead lining of locksets as
used in doors. Prepare doors to receive viewing windows and louvers as
shown.
F. Lead Lined Panels
1. Not less than 10 mm thick hardwood panels complying with "NBS Voluntary Product
Standard, PS 51, Hardwood and Decorative Plywood" by U.S. Department of
Commerce, with a single piece of unpierced sheet lead laminated to back veneer.
Extend sheet lead full height and width of panels, except for applications at corners,
frames, and similar locations extend beyond panel edges to form lead laps.
2. Sheet lead strips may be used for laps at manufacturer's option. Veneer as shown or
specified.
G. Control Windows
1. Furnish control viewing windows where shown of sizes indicated. Fabricate window
frame of cold rolled steel or aluminum extrusions lead sheet lined not less than the
same thickness of the lead protection of adjacent construction to provide a continuous
radiation protection system. Form frame sill with horizontal trapped or baffled
opening for voice passage.
2. Construct frame to overlap lead glass perimeter not less than 10 mm and provide
removable glass stops.
G. Control Windows: Furnish control viewing windows where shown of sizes indicated. Fabricate
units of cast lead in one piece, without solder joints, and splayed on sides with voice
transmission slot across bottom where shown.
H. Lead Louvers
1. Fabricate of lead sheet or lead extrusions not less than thickness of lead in protection
system.
2. Fabricate louvers to be lightproof with fixed maze type blades allowing approximately
30 percent minimum free areas for air circulation. Sizes and types as indicated.
3. Factory fit and assembles louvers in doors before shipment to job site.
I. Isotope Storage Cover: Solid lead as detailed with appropriate sliding hardware.
J. Lead Glass: A clear X-ray proof glass of thickness to provide X-ray absorption equal to that
provided by the wall or door in which the glass occurs.
K. Cassette Transfer Cabinets: Manufacturer's standard products; strong, rigid, double wall, all
steel type with housing and structural parts welded. Doors shall be equipped with suitable hand
operated locking device which will prevent opening the door on one side when door on the
other side is open. Each door shall be hung on one pair of spring hinges, and provided with pull
knobs. Hardware shall be manufacturer's standard, finished to match adjacent hardware.
1. Sheet lead lining where shown shall provide X-ray absorption equal to that provided
by the partitions in which the cabinets occur.
2. Interior surfaces of Cassette Cabinets shall be factory finished. Exterior surfaces shall
be factory primed only. Finish painting of exposed exterior surfaces is specified under
the Painting Section.
L. Signs
1. Stainless steel plaques shall be 150 mm long, 75 mm high and 1.6 mm thick with
lettering acid etched in 12 point venus bold extended type and filled with a matte
black filler, as approved by the Architect. Attach plaques with an approved two way
tape.
2. Provide one (1) sign for each room having lead radiation protection and lettered as
follows:

© 01 International W.L.L Radiation Protection


13750-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. "Surfaces of this room have sheet lead protection of the following thicknesses
to a height of 2135 mm:
b. Total Lead
c. Equivalent
d. Protection
e. Doors
f. Partitions
Where any wall within the above spaces differ, a separate plaque, appropriately
worded, and shall be installed on that wall.

PART 3 - EXECUTION
3.01 EXAMINATION
A. Examine the substrates and adjacent construction and conditions under which the Work is to be
installed. Do not proceed with the Work until unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Coordination: Coordinate radiation protection work with the adjacent work of other sections.
Provide items to be placed during the installation of other work at the proper time to avoid
delay. Coordinate placement of such items, including inserts and anchors accurately in relation
to the final location of radiation protection work.
B. Verify dimensions by field measurements so that radiation protection work and related items
will be accurately designed, fabricated and fitted the structure.
C. Lead Sheets in Concrete Slabs: Recessed concrete floor surfaces receiving lead lining must be
clean, dry, and free of depressions or sharp projections that could damage or penetrate lead
sheet. Apply coat of asphalt paint to dry concrete surfaces prior to installation of sheet lead.
Apply a coat of asphalt paint on top surface of lead sheet prior to application of concrete
surfacing.
1. Extend lead linings in floor slabs above shielded rooms not less than 305 mm beyond
vertical shielded walls of shielded room below.
2. Install sheet lead under 3 mm thick in a single layer with 50 mm minimum lap at
joints.
3. Install sheet lead over 3 mm thick in two or more layers with 50 mm minimum lap at
joints, or in a single layer with joints butted and covered with 100 mm wide lead strips
not less than the thickness required for floor lining.
4. Prior to installation of floor linings, place lead strips not less than 175 mm wide under
base of vertical wall shielding. Project lead strips approximately 75 mm into shielded
room area.
5. At door openings, extend lead lining not less than 305 mm beyond vertical shielded
walls and not less than 610 mm wider than opening.
D. Lead Lined Concrete Masonry Units: Generally lay course with a running bond and as follows:
1. For blocks designed to have lead laps at joints, erect units to form tight lead laps
without soldering or burning. For blocks designed to have lead bars in joints, lay units
to permit horizontal and vertical lead bars, of thickness not less than that in block, to
be inserted in each joint.
2. Place units with 13 mm thick, solidly filled mortar joints. Mortar between lead laps
will not be permitted.

© 01 International W.L.L Radiation Protection


13750-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Extend units into frame openings with lead projecting into rabbets of frames to
effectively lap with lead frames or frame linings.
4. Where pipe and conduit chases occur within blocks, facings may be removed from one
side to permit installation.
5. Where it is necessary to remove lead lining for pipe or conduit installation, install
continuous sheet lead and overlap adjoining lead protection as detailed.
6. Fill voids around pipe and conduit chases with mortar, finished flush with face of
partition. Do not locate pipe and conduit chases directly opposite each other within
same partition.
E. Lead Lined Panels: Install panels over wood furring or supports as indicated.
1. Predrill panels or drill pilot holes for fasteners to prevent deformation of fasteners and
distortion of panels.
2. Tightly butt panel joints with joints occurring over supports. Make lead laps at corners
and around frames with panels having lead extensions or with sheet lead strips not less
than thickness of lead in panel.
3. Set lead headed fasteners 1.6 mm below panel face or joint strip and finish with filler
or plugs to match panel finish. At intermediate points, fasteners panels in a uniform
pattern with lead headed fasteners approximately 400 mm o.c.
4. Provide fasteners at joints as follows:
a. For joints with lead lined joint strips: Fasten sides and ends of panels with
standard fasteners at approximately 200 mm o.c. Cover joints with 2 inches
(50 mm) wide lead lined joint strips of the same materials as panels, secured
to supports with lead headed fasteners at approximately 200 mm o.c. and
located in center of strip.
b. For joints backed with lead strips, use sheet lead not less than thickness used
in panels, not less than 38 mm wide. Secure lead strips to supports using
standard fasteners at outer edges of strips. Fasten sides and ends of panels
with lead headed fasteners at approximately 200 mm o.c. install molding
strips finished to match panels over joints and secure with lead headed
fasteners at approximately 200 mm o.c.
F. Lead Lined Lath: Install lead lined lath over supports as indicated.
1. Predrill lath or drill pilot holes for lead headed screws to prevent deformation of lead
headed screws and distortion of lath.
2. Apply lead lined lath with long edges at right angle to supports with lead lining facing
supports. Place end joints over supports and stagger in alternate courses. Overlap
lead extensions on adjacent lath to provide effective lead lap.
3. Do not permit joints in walls to coincide with ceiling joints.
4. Extend lath into frames of openings, effectively lapping with lead frames or frame
linings. Arrange lath around openings so that neither horizontal nor vertical joints
occur at corners of openings.
5. Reinforce external corners with corner beads and internal corners as recommended by
lath manufacturer, installed with lead headed nails or tie wire and lead clips.
6. Secure to metal supports with screws spaced as recommended by lath manufacturer,
with penetrations of lead linings completely covered with lead tabs or discs.
G. Lead Lined Gypsum Board: Install lead lined gypsum board over supports as indicated.
1. Predrilled gypsum board or drill pilot holes for lead lined screws to prevent
deformation of lead headed screws and distortion of boards.

© 01 International W.L.L Radiation Protection


13750-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Apply gypsum board with long edged parallel to supports and lead lining facing
supports. Provide blocking at end joints. Install lead strips 38 mm wide and same
thickness as gypsum board lead lining to face of supports and blocking where joints
occur. Secure lead strips to blocking and supports with screws along outer edge.
3. Screw gypsum board to supports with lead headed screws spaced as recommended by
board manufacturer.
4. In areas which show 2 layers of gypsum board apply facing sheet of lead lined gypsum
board over base sheet using manufacturer's recommended bonding adhesive. Maintain
pressure on finish panel until adhesive has set to ensure positive bond.
5. Refer to Section "Gypsum Drywall" for joint treatment and preparation for finishing.
H. Built-in Items
1. Install lead lined doors and lead lined hollow metal frames and view windows where
shown, securely fastened and anchored to the construction. Lead lined doors and
frames shall be fitted with the specified finishing hardware and left in perfect working
order.
2. Where built-in items penetrate lead linings, provide lead shields as required to
maintain continuity of shielding. Install in accordance with manufacturer's
instructions.
3. Where outlet boxes, junction boxes, ducts, conduit, and similar items prevent use of
shields, provide lead sleeves or lead linings as required.
4. Provide lead linings, sleeves, shields, and other protection of equivalent thickness of
lead as used in shielding system.
3.03 FIELD QUALITY CONTROL
A. After X-ray equipment has been installed and placed in operating condition, radiation shielding
will be tested by an independent health physicist, certified by nationally recognized agency.
B. Testing will be performed in accordance with requirements of NBS Handbook H-76 "Medical
X-ray Protection up To Three Million Volts". Decision of acceptability by health physicist shall
be binding on Contractor.
C. Repair or replace defective work including other work affected thereby and conduct additional
testing to satisfaction of health physicist, at no additional expense to Owner.

END OF SECTION

© 01 International W.L.L Radiation Protection


13750-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION -14200
ELECTRIC TRACTION ELEVATORS

PART I - GENERAL
1.01 SUMMARY
A. General: Provide elevators in accordance with requirements of the Contract Documents
B. The elevator work includes, but is not limited to the following:
1. Four (4) Outpatient Elevators – 1,000 kg capacity @ 1.75 mps – OPE-01 to OPE-04.
2. Four (4) Patient/Staff Elevators – 2,000 kg capacity @ 1.75 mps – PTE-02, PTE-03,
PTE-05 and PTE-06.
3. Two (2) Trauma Elevators – 3,750 kg capacity @ 1.75 mps – PTE-01 and PTE-04
4. Four (4) North Passenger Elevators – 1,600 kg capacity @ 2.5 mps – PE-01 to PE-04
5. Four (4) South Passenger Elevators - 1,275 kg capacity @ 2.5mps – PE-05 to PE-08
6. Two (2) Central sterile supply (Dedicated soiled) Elevators – 1,000 kg capacity @
1.75 mps, CSSE-01 and CSSE-02.
7. One (1) Food Service Elevator – 1,275 kg capacity @ 1.0 mps – FSE-01.
8. One (1) VIP Patient Elevator – 2,000 kg capacity @ 2.5 mps – VPE-01.
9. One (1) VIP Patient Elevator – 1,600 kg capacity @ 2.5 mps – VPE--02.
10. Eight (8) Hospital Service Elevators – 2,000 kg capacity @ 1.75 mps, SE-01 to SE-
08.
11. One (1) Recruitment Passenger Elevator –1,000 kg capacity @ 1.0 mps – PE-09
1.02 RELATED WORK SPECIFIED ELSEWHERE IN THE CONTRACT DOCUMENTS)
A. Protecting hoistway during installation of equipment
B. Grouting hoistway door sills
C. Concrete pits and slabs
D. Shaft and machine room walls
E. Pit waterproofing
F. Ventilation of hoistway and machine room
G. Power feeders to starter panels through fused main line switches
H. Branch circuits through fused disconnects for car lights. (IF THIS IS INSIDE CAR THEN IT
IS BY ELEVATOR SUB CONTRACTIOR)
I. Lights and receptacles in machine room and pit
J. Emergency power branch circuit to elevator controller to initiate automatic elevator lowering
operation
K. Life safety system speakers (IF THIS IS INSIDE CAR THEN IT IS BY ELEVATOR SUB
CONTRACTIOR)
L. Shunt trip devices to automatically disconnect the main power supply to the elevators prior to
the activation of sprinkler system
M. CCTV systems, devices and their interface with the elevator system
N. PA system, device and their interface with the elevator system

© 01 International W.L.L Electrical Traction Elevators


14200-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.03 QUALITY ASSURANCE


A. Basis of Design: When particular manufacturers' materials, products or processes are specified
for an item of Work, any one thereof is acceptable for the Contractor to choose. An alternative
material, product or process will be considered if the Contractor submits a written substitution
request together with such information as may be necessary to assist the Employer's
representative in determining whether the proposed substitution is acceptable; the burden of
proof rests solely upon the Contractor.
B. Qualified Manufacturer/Installer: The elevator work shall be performed by a firm having 10
years experience in the manufacturing and installation of specified systems on comparable
projects. The manufacturer shall provide evidence of successful completion of work of similar
scope to that shown and specified for this Project using similar elevator systems.
C. Regulatory Requirements: Comply with applicable requirements of the laws, codes (IBC –
Latest Edition), ordinances and regulations of authorities having jurisdiction. Obtain necessary
approvals from authorities having jurisdiction.
D. Pre-Installation Meeting: Prior to the start of the Work, meet at the Project site to review
methods and sequence of membrane installation, special details and conditions, standard of
workmanship, testing and quality control requirements, job organization and other pertinent
topics related to the Work.
1.04 REFERENCE STANDARDS
A. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings.
B. ANSI A117.1 - Buildings and Facilities - Providing Accessibility and Usability for Physically
Handicapped People.
C. ANSI/ASME A17.2 - Inspector's Manual for Elevators and Escalators.
D. ANSI/AWS D1.1 - Structural Welding Code, Steel
E. ANSI/NFPA 70 - National Electrical Code
F. ANSI/NFPA 80 - Fire Doors and Windows
G. ANSI/UL 10B - Fire Tests of Door Assemblies
H. APA - American Plywood Association
I. ASTM A139 - Electric-Fusion (ARC) Welded Steel Pipe (NPS 4 Inch and Over)
J. ASTM A167 - Stainless and Heat-Resisting Chromium Nickel Steel Plate, Sheet and Strip
K. ASTM A446 - Steel Sheet, Zinc Coated (Galvanized) by the Hot-Dip Process, Structural
(Physical) Quality
L. ASTM B221 - Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes
M. NEMA LD3 - High Pressure Decorative Laminates
N. ANSI/IEEE - 519-1992
O. ANSI/IEEE - Guide for Surge Withstand Capability (SWC) Tests
P. EN81-1.1998 Safety Rules for the construction and installation of electric lifts
Q. Regulation issued by local fire brigade regarding lifts
R. Regulation issued by Ministry of Energy regarding Electric Installation
1.05 SUBMITTALS
A. Comply with requirements of the Contract Documents.

© 01 International W.L.L Electrical Traction Elevators


14200-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Submit the following:


1. Samples
Item No. Quantity Size Description

S1 1 100mm x 150mm Each exposed finishes as requested


by employer's representative

S2 1 Actual Each operating and signaling


fixture, such as call buttons, hall
call stations, hall lanterns position
indicators, etc., as requested by the
employer's representative

S3 1 Actual Mitered, corner construction of


stainless steel entrance frame
2. Cab Mock-Up: There will be two (2) cab mock-ups.
a. Initial Cab Mock-up: Set up a cab mock-up of a complete passenger elevator
in the cab manufacturer's plant.
1) Mock-up shall accurately represent the complete cab configuration,
and shall be constructed in accordance with the approved shop
drawings.
b. Second Cab Mock-up: Upon approval of the initial mock-up, and after the
completion of any corrective work, if any, a second mock-up shall be set up
at the job site. The mock-up shall include complete cab enclosure with all
operating and signaling fixtures, air conditioning system and communication
devices for the approval of the employer's representative.
3. Shop Drawings: Submit four (4) copies of contractor drawings prepared/submitted in
Auto CAD Release 2005.
a. A listing of all components, devices and sub-systems including:
1) Manufacturer and location of plant
2) Size and model number
b. Machine room plan indicating:
1) Location of Equipment
2) Service Connections
3) Reactions
c. Fully dimensioned hoistway plan and section of each unit indicating:
1) Platform (with cab), hoistway and entrance dimensions
2) All running clearances
3) Location of fixtures
4) Buffer, service ladders and pit reactions
5) Location of inserts
6) Rail reactions
d. Entrance details

© 01 International W.L.L Electrical Traction Elevators


14200-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Sill support angle details


f. Fixture details including hall lanterns, hall push button stations, car operating
panel, etc.
g. Wiring diagrams
h. Cab details including wall, ceiling, base, handrail, lighting, fixtures, front
returns and transom plans and sections
i. Insert riser
j. Cab drawings including wall, ceiling, base handrail, lighting fixtures, front
return and transom panel plans, sections and details.
4. Submit four (4) copies of calculations for:
a. Rail loads
b. Pit reaction and machine room reactions
c. Heat emissions in machine room
d. Electrical loads including starting, accelerating and running currents.
Include all auxiliary loads.
1.06 PERMITS, TESTING AND INSPECTIONS
A. File necessary drawings for approval of all authorities having jurisdiction, obtain and pay all
required fees for permits and inspections, etc., which may be required for execution of his
work. Copies of all permits shall be forwarded to Engineers and Design Consultants.
B. Obtain, arrange and/or pay for any necessary permits, tests and inspections.
C. Furnish all test instruments and materials required at time of final inspection. Perform
inspection and testing of elevators in accordance with applicable codes.
D. Allow as necessary for after hour tests of systems.
E. Provide third party inspection certificate approved from Authority Having Jurisdiction.
1.07 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
A. Comply with the requirements of Division 1
B. Delivery, Storage and Handling:
1. Deliver materials to the site ready for use in the accepted manufacturer's original and
unopened containers and packaging, bearing labels as to type of material, brand name
and manufacturer's name. Delivered materials shall be identical to accepted samples.
2. Store materials under cover in a dry and clean location, off the ground. Remove
delivered materials which are damaged or otherwise not suitable for installation from
the job site and replace with acceptable materials.
C. Temporary Elevator
1. Should there be a requirement for the use of an elevator during construction, the
Contractor shall provide, at no cost to the Employer, temporary car enclosure,
required guards and protective barriers, power lights, and any special labor related to
such temporary service. The Contractor shall also assume all charges connected with
testing and maintenance required for temporary service.
2. All equipment shall be restored to a "like new" condition at the Contractor's expense
prior to acceptance of the work by the Construction Manager.

© 01 International W.L.L Electrical Traction Elevators


14200-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.08 CONTRACT CLOSE-OUT


A. Comply with the requirements of Division 1.
B. Guarantee and Warranties:
1. Warrant the equipment installed under these specifications against defects in material
and quality of installation and correct any defects not due to ordinary wear and tear or
improper use or car which may develop within two years from the date The Section of
Work is completed and placed in permanent operation and accepted by the Employer
and Engineer. This section shall apply separately to each unit as completed and placed
in operation.
2. This warrantee shall be written and issued at the completion of each unit prior to final
payment.
1.09 OPERATING AND MAINTENANCE DATA
A. Comply with the requirements of Division 1
B. Furnish neatly bound instructions giving the method of control and operation, together with
data on all switches, relays and other devices as will be needed for serving and for ordering
replacements.
C. Furnish bound instructions and recommendations for maintenance, with special reference to
lubrication and lubricants.
D. Furnish three (3) sets of complete and legible "as-built" field wiring diagrams, layouts and
straight line diagrams showing the electrical connections, functions, and sequence of operation
of all apparatus connected with the system both in machine room and in hoistway, together
with photographs or cuts of controller repairs parts with part numbers listed.
1.10 ACCEPTANCE TESTING
A. Provide at least five (5) days prior written notice to the Employer, and Consultant regarding the
exact date on which work specified in the Contract Documents will reach completion on The
Section of Work of vertical transportation equipment. In addition to conducting whatever
testing procedures may be required by local inspecting authorities, in order to gain approval of
the completed work, and before seeking approval of said work by the Employer, perform the
required tests in the presence of the Consultant. Provide test instruments, test weights, and
qualified field labor as required to safely operate the elevator under load conditions that vary
from empty car to full rated load and, in so doing, to successfully demonstrate compliance with
performance standards set forth herein with regard to:
1. Operation of safety devices
2. Up and down travel speeds
3. Floor-to-floor travel times
4. Door opening/closing times and door dwell times
5. firefighter, attendant and independent service operations
6. Card reader controls
7. Ride quality and noise levels
8. Communication System
9. Emergency power operation
1.11 KEYS
A. Upon the initial acceptance of work specified by the Contract Documents on each unit of
vertical transportation equipment, deliver to the Employer, four (4) keys for each new key-
operated device that is provided.

© 01 International W.L.L Electrical Traction Elevators


14200-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.12 PRINTED CIRCUIT BOARDS/SOFTWARE PROGRAMS


A. Prior to taking over the completed project as specified by the Contract Documents, deliver to
the Employer a spare replacement for each printed circuit board that is needed to fully operate
any one (1) elevator and the group dispatch/supervisory controller. These spare printed circuit
boards shall be exact duplicates of those in use and shall be provided with “as installed'
software programs. Each spare printed circuit board shall be “run-in” on the job site to
demonstrate its ability to function in a normal manner. Any and all such spare printed circuit
boards shall become property of the Employer.
1.13 PAINTING & FINISHES
A. No less than two (2) coats of rust inhibiting machinery enamel shall be applied to exposed
ferrous metal surfaces in both the hoistway and pit that do not have a galvanized, anodized,
baked enamel, or special finishes.
B. Prior to seeking final acceptance of the completed work as specified by the Contract
Documents, apply two (2) coats of rust inhibiting enamel paint to the elevator machinery
located within the machine room including the machine room floor.
C. Architectural metal surfaces of bronze or similar non-ferrous materials which, under the
Specifications, shall be refinished, reclad and/or provided new, shall be sufficiently clear
coated so as to resist tarnishing during normal usage for a period of not less than twelve (12)
months after initial acceptance by the Employer or Agent. All equipment including buffers,
crosshead, safety plank, pump unit, controller, governor, disconnect switch, etc., shall be
identified by 100 mm high numerals which shall contrast with the background to which it is
applied. The identification shall be either decalcomania or stencil type.
D. Paint or provide decal-type floor designation not less than six inches high on hoistway doors
(hoistway side), fascias and/or walls as required by A17.1, Rule 100.7 at intervals not
exceeding 2100mm. The color of paint used shall contrast with the color of the surfaces to
which it is applied.
1.14 MAINTENANCE
A. Interim Maintenance: Provide full Proventive maintenance on the units that are completed and
accepted by The Authority Having Jurisdiction (AHJ) and that may be put in service prior to
the overall project completion. The maintenance service shall be as hereinafter specified under
the Full Proventive Maintenance Service in "C" below and include all code mandated safety
and local law tests and inspections that may come due while on this service.
1. The price quoted shall be on a per unit per month basis.
B. Warranty Maintenance: Provide full protective maintenance on the specified equipment for a
period of twenty-four (24) months from the date of taking over the entire installation as
specified under the Full Protective Maintenance Service in "C" below.
1. The price for this service shall be included in the base price or as otherwise specified
in the contract documents.
C. Full Protective Maintenance Service: Submit a separate price for a Full Protective Maintenance
Service for the specified elevators based on a five (5) year contract subsequent to warranty
period. The price shall be submitted on the company's own form but shall include all
requirements as specified hereinafter. Note: All maintenance shall comply with Part 8 of the
ASME A17.1 2000/2003 Code.
1. Maintenance work shall be performed by trained personnel directly employed and
supervised by the elevator contractor.
2. Perform scheduled maintenance work and repairs during the regular working hours of
regular working days of the trade. All work shall be coordinated with the Building
Manager.
3. Provide emergency callback service and repair twenty-four (24) hours a day, seven (7)
days a week, including holidays, between regular examinations at no extra cost to the
Employer. The response time during working hours shall not exceed one (1) hour.
Perform emergency repairs within four (4) hours to restore the equipment to operating
order.

© 01 International W.L.L Electrical Traction Elevators


14200-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. Maintenance shall include monthly examination, adjustment and lubrication of all


elevator equipment and apparatus. Include all repair or replacement of electrical and
mechanical parts of elevator equipment and apparatus. The maintenance services shall
also cover relamping of machine room lighting fixtures, pit lighting fixtures, and
signal and operating fixtures, elevator communication system, cab ventilation system,
elevator monitoring and control panels. The disconnect means and fuses, car
enclosures, car doors and hoistway entrances are excluded. Repair equipment
whenever required and use only genuine standard parts produced and manufactured
for equipment concerned.
a. Include a minimum of three (3) hours of monthly labor per elevator for the
specified scheduled preventive maintenance service.
b. Tests: Provide all code mandated safety, local law, firefighter and emergency
power tests and inspections including filing and associated fees. There will
be two emergency power tests which shall be conducted after work hours at
no extra cost to the Employer.
c. One (1) month prior to the warranty expiration period, perform an Elevator
Performance and Maintenance survey and submit a report listing the
recorded performance times, as outlined in the base specification, the
emergency call-back services rendered during the year, and
recommendations to further improve the reliability and performance of the
elevators.
d. During every scheduled maintenance visit, make sure the machine room and
pit areas are clean. Thoroughly clean and vacuum down the entire hoistway
once every two (2) years. Paint the machine room floor and machine room
equipment every three (3) years.
e. Adjust controls and maintain elevators to meet the performance requirements
as hereinafter specified.
f. If overtime repairs and maintenance services are requested and pre-approved
by the Employer, the Contractor shall pay for the regular labor portion, and
the Employer will cover the premium portion of the labor only.
g. Keep permanent record of inspections, maintenance services including
lubrication procedures, emergency call-back services, repairs and
replacements.
h. Maintain a complete set of updated wiring diagrams and schematic control
diagrams in the machine room and provide the Employer with an additional
record set.
5. Supply all necessary lubricants, cleaning materials and repair parts required to keep
the system in good working order during maintenance periods.
6. Maintain an adequate stock of spare parts for maintenance or repair work and minor
callback service repairs within the confines of the building in areas designated and
assigned by the Employer. Maintain a catalog of spare parts available on site.
7. Additional parts of other equipment required for maintenance and repair of the
systems may be stored at the Contractor's facilities with the understanding delivery of
same for emergency procedures must be made within two (2) hours to the job site.
8. Other materials and equipment normally not stocked by the Trade Contractor locally
must be available within twenty-four (24) hours for delivery to the job site from
remote facilities and/or Supplier Contractors responsible to the Contractor for
stocking the materials or equipment.
9. If the requirements for stockade of parts as defined herein are not met on any item,
immediately notify the Employer in writing as to the circumstances and provide a
confirmed delivery date for the required materials and equipment.

© 01 International W.L.L Electrical Traction Elevators


14200-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10. Thirty (30) days before the annual renewal of this agreement, adjust monthly
maintenance price as follows:
a. Eighty percent (80%) of the current maintenance price based on current
straight-time hourly rate for a mechanic.
b. Twenty percent (20%) of the current maintenance price based on the
established difference in the “Producer Commodity Prices for Wholesale
Metals and Metal Products Index”.
c. Notwithstanding anything to the contrary, the maximum annual increase
shall not be more than three percent (3.0%) of the total contracted payment
for the preceding contract year.
11. Cancellation: The Employer has the right to cancel this contract on 30 days notice.
12. The Purchaser/Employer may have the Contractor's work and systems' performance
operation checked monthly to ensure the Contractor is performing in accordance with
this Contract, If the work requirements are not maintained, the Purchaser/Employer
will retain the monthly payment to the Contractor until the Consultant verifies that the
work and/or operating performance is back to standard. If three (3) consecutive
months of substandard maintenance is noted, the Employer has the right to
immediately cancel the Contract without notice to the Contractor.
a. The Consultant, Purchaser and/or Employer's Designee may withhold
approval for payment on any request to such extent as may be necessary to
protect the Employer from loss on account of:
1) Negligence on the part of the Contractor to execute the work
properly or failure to perform any provisions of the contract, The
Employer, after three (3) days written notice to the Contractor, may,
without prejudice to any other remedy make good such deficiencies
and may deduct the cost of the contract.
2) Claims filed or reasonable evidence indicating probable filing of
claims due to the Contractor's failure to perform.
3) Failure of Contractor to make payments properly to subcontractor
for material and labor used to fulfill contractual requirements.
4) Damage to the building as a result of work performed or another
subcontractor's failure to perform.
13. Contractor shall notify Purchaser and Consultant in writing regarding any necessary
services, coverage or times which may have been omitted from the maintenance
contract specifications and any irregularities, discrepancies or duplications that could
affect the full comprehensive intent of the agreement.
a. Any duplication of work or coverage is specified as a means of
demonstrating the contract requirements, but such duplication, if any, is not
intended to expand coverage or increase requirements for such work or
services and such duplication shall not increase costs or provide justification
for extra or additional charge to the Purchaser.
1.15 STRUCTURAL, MECHANICAL AND ELECTRICAL DESIGN PARAMETERS
A. The mechanical and electrical systems and the building structure have been designed and/or
modified for the following design loads:
1. Structural Loads: The pit and rail loads are shown on the drawings.
2. Power supply: 415-3-50
3. Electrical and Heat Loads: As shown on the drawings.
B. Submit a written statement with the bid that the above design loads are acceptable for the
proposed elevator equipment.

© 01 International W.L.L Electrical Traction Elevators


14200-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. If, after the contract award, changes in the electrical, mechanical and structural systems are
required due to the type of elevator equipment provided, the Contractor shall be responsible for
all additional design and construction costs.

PART 2 - PRODUCTS
2.01 DESCRIPTION OF EQUIPMENT
A. Outpatient Elevators – OPE-01 to OPE-04
1. Quantity Four (4)
2. Type MRL Passenger with glass rear walls
3. Capacity (kg) 1,000
4. Speed (mps) 1.75
5. Travel in Meters 24.7 m
6. Number of Landings 6 @ B1, G, 1 to 4
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor
11. Operation Four (4) Car Group Automatic
12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers Two (2)
16. Elevator Wellway (mm) ± 9200 w x 2105 d
17. Clear inside cab size (mm) 1600 w x 1400 d x 2700 h
18. Pit Depth (mm) 1800
19. Overrun (mm) 4750 – machine shall be located in the shaft
below the 5th floor.
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 900 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Single Speed Center Opening
25. Emergency Side Access Doors Not required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction

© 01 International W.L.L Electrical Traction Elevators


14200-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

28. Machine Location In shaft below 5th floor


29. Counterweight Safety Not required
30. Compensation Not Required
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Full-depth milled stainless steel
b. Landings Milled stainless steel
40. Car Operating Fixtures Main and auxiliary car operating panels – Each
panel in full swing front return without faceplace,
as shown on drawings. LCD type car position
indicator with direction arrows incorporated into
each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not Required
45. Cab Enclosure As further specified
B. Patient Elevators– PTE-02, PTE-03, PTE-05 and PTE-06
1. Quantity Four (4)
2. Type Service
3. Capacity (kg) 2,000
4. Speed (mps) 1.75
5. Travel in Meters 37.9
6. Number of Landings Nine (9) @ B3, B2, B1, G, 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor

© 01 International W.L.L Electrical Traction Elevators


14200-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

11. Operation Duplex Selective Collective (two duplex systems)


12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation
14. Fireman's Control Fire Recall and Firefighter control
15. Number of push button risers One (1) (per duplex)
16. Elevator Wellway (mm) 5150 w x 3300 d
17. Clear inside cab size (mm) 1500 w x 2700 d x 2700 h
18. Pit Depth (mm) 1800
19. Overrun (mm) 5250
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1300 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Two Speed Side Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Geared overhead traction
28. Machine Location In machine room above 5th floor
29. Counterweight Safety Not required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Landings Nickel Silver
40. Car Operating Fixtures Car operating panel in front return panel with
hinged faceplate, as shown on drawings. LCD
type car position indicator with direction arrows
incorporated into each car operating panel.
Auxiliary car station required.

© 01 International W.L.L Electrical Traction Elevators


14200-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

41. Communication “Hand-free” Intercom with a station in each car, a


master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Car Air Conditioner Not Required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified
C. Trauma Elevators – PTE-01 and PTE-04
1. Quantity Two (2)
2. Type Service
3. Capacity (kg) 3,750
4. Speed (mps) 1.75
5. Travel in Meters 29.9
6. Number of Landings 7 @ B1,G, and 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor
11. Operation Simplex Selective Collective
12. Control Variable Voltage Variable Frequency
13. Control Features Balanced Traffic Service, Fire Recall Service,
Variable Door Times, Overload Stop, Continuity
of Service, Automatic Car Light and AC controls,
Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers One (1) each
16. Elevator Wellway (mm) ± 3100 w x 3600 d
17. Clear inside cab size (mm) 2150 w x 3010 d x 2700 h
18. Pit Depth (mm) 4000 with walk-in pit access on B2 Level
19. Overrun (mm) 5250 – machine rooms shall be located above the
5th floor
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1500 w x 2400 h
23. Hoistway door size Same as car

© 01 International W.L.L Electrical Traction Elevators


14200-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

24. Door operation Two Speed Center Opening


25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Geared Traction
28. Machine Location In machine room above on 5th Floor
29. Counterweight Safety Not Required
30. Compensation Encapsulated Chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Landings Nickel Silver
40. Car Operating Fixtures Main car operating panels – Each panel in front
return with hinged faceplace, as shown on
drawings. LCD type car position indicator with
direction arrows incorporated into each car
operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Required
45. Cab Enclosure As further specified
D. North Visitor Passenger Elevators – PE-01 to PE-04
1. Quantity Four (4)
2. Type Passenger
3. Capacity (kg) 1,600
4. Speed (mps) 2.5
5. Travel in Meters 37.9
6. Number of Landings 9 @ B3, B2, B1, G, and 1 to 5

© 01 International W.L.L Electrical Traction Elevators


14200-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Number of Openings Same as Landings


8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor
11. Operation Four (4) Car Group Automatic
12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Fire Recall Service, Variable
Door Times, Overload Stop, Continuity of
Service, Automatic Car Light and AC controls,
Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers two (2)
16. Elevator Wellway (mm) ± 5350 w x 2300 d
17. Clear inside cab size (mm) 2000 w x 1400 d x 2700 h
18. Pit Depth (mm) 2500
19. Overrun (mm) 6500
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1100 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Single Speed Center Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location In machine room above 5th floor
29. Counterweight Safety Not required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Full-depth milled stainless steel
b. Landings Milled stainless steel

© 01 International W.L.L Electrical Traction Elevators


14200-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

40. Car Operating Fixtures Main and auxiliary car operating panels – Each
panel in full swing front return without faceplace,
as shown on drawings. LCD type car position
indicator with direction arrows incorporated into
each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not Required
45. Cab Enclosure As further specified
E. South Visitor Passenger Elevators – PE-05 to PE-08
1. Quantity Four (4)
2. Type Passenger
3. Capacity (kg) 1275
4. Speed (mps) 2.5
5. Travel in Meters 37.9
6. Number of Landings 9 @ B3, B2, B1,G, and 1 to 5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor
11. Operation Four car group automatic
12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers Two (2)
16. Elevator Wellway (mm) 5350 w x 2300 d
17. Clear inside cab size (mm) 2000 w x 1400 d x 2700 h
18. Pit Depth (mm) 2500
19. Overrun (mm) 6500 – machine room shall be located above the
5th floor
20. Guide rails Steel tees at sides - provide rail backing as
required

© 01 International W.L.L Electrical Traction Elevators


14200-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

21. Buffers Oil


22. Car door size (mm) 1100 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Single Speed Center Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location In machine room above 5th floor
29. Counterweight Safety Not Required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Full-depth milled stainless steel
b. Landings Milled stainless steel
40. Car Operating Fixtures Main and auxiliary car operating panels – Each
panel in full swing front return without faceplace,
as shown on drawings. LCD type car position
indicator with direction arrows incorporated into
each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified

© 01 International W.L.L Electrical Traction Elevators


14200-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. CSSD Service Elevators – CSSE-01 and CSSE-02


1. Quantity Two (2)
2. Type Service
3. Capacity (kg) 1,000
4. Speed (mps) 1.75
5. Travel in Meters 29.9
6. Number of Landings 7 @ B1,G, and 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing Ground Floor
11. Operation Simplex Selective Collective
12. Control Variable Voltage Variable Frequency
13. Control Features Independent Operation, Fire Recall Service,
Automatic Bypass, Variable Door Times, Anti-
nuisance Feature, Overload Stop, Continuity of
Service, Automatic Car Light and AC controls,
Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers Two (2) (One per simplex)
16. Elevator Wellway (mm) 1715 w x2560 d
17. Clear inside cab size (mm) 1100 w x 2100 d x 2700 h
18. Pit Depth (mm) 4000 – walk-in pit on B2 level
19. Overrun (mm) 5250 – machine room shall be located above the
5th floor
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 900 w x 2100 h
23. Hoistway door size Same as car
24. Door operation Two Speed Side Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Geared Traction
28. Machine Location In machine room above 5th floor.
29. Counterweight Safety Not Required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications

© 01 International W.L.L Electrical Traction Elevators


14200-17
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

34. CCTV and Card Reader Cable Required


35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Landings Nickel Silver
40. Car Operating Fixtures Main operating panels – Each panel in front return
with hinged faceplace, as shown on drawings.
LCD type car position indicator with direction
arrows incorporated into each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified
G. Food Service Elevator – FSE-01
1. Quantity One (1)
2. Type Service
3. Capacity (kg) 1,275
4. Speed (mps) 1.0
5. Travel in Meters 6.0
6. Number of Landings 2 @ B1 and G
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing G
11. Operation Two stop collective
12. Control Variable Voltage Variable Frequency
13. Control Features Independent Operation, Fire Recall Service,
Automatic Bypass, Variable Door Times,
Overload Stop, Continuity of Service, Automatic
Car Light and AC controls, Emergency Power
Operation
14. Fireman's Control Fire Recall Only

© 01 International W.L.L Electrical Traction Elevators


14200-18
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

15. Number of push button risers One (1)


16. Elevator Wellway (mm) 2150 w x 2800 d
17. Clear inside cab size (mm) 1200 w x 2300 d x 2700 h
18. Pit Depth (mm) 4000 – walk-in pit on the B2 level
19. Overrun (mm) 4750
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers spring
22. Car door size (mm) 1100 w x 2100 h
23. Hoistway door size Same as car
24. Door operation Two Speed Side Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location In shaft above G level
29. Counterweight Safety Required
30. Compensation Not required
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Landings Nickel Silver
40. Car Operating Fixtures Main car operating panels – Each panel in front
return with hinged faceplace, as shown on
drawings. LCD type car position indicator with
direction arrows incorporated into each car
operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required

© 01 International W.L.L Electrical Traction Elevators


14200-19
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified
H. VIP Patient Elevator – VPE-01
1. Quantity One (1)
2. Type Patient/service
3. Capacity (kg) 2,000
4. Speed (mps) 2.5
5. Travel in Meters 37.9
6. Number of Landings 9 @ B3, B2, B1, G, and 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing G
11. Operation Duplex Selective Collective (With VPE-02)
12. Control Variable Voltage Variable Frequency,
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation
14. Fireman's Control Fire Recall and Firefighter control
15. Number of push button risers Two (2)
16. Elevator Wellway (mm) 2500 w x 3300 d
17. Clear inside cab size (mm) 1500 w x 2700 d x 2700 h
18. Pit Depth (mm) 2500
19. Overrun (mm) 6500 – machine room shall be located above level
5
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1300 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Two Speed Side Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location In machine room above level 5
29. Counterweight Safety Not Required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required

© 01 International W.L.L Electrical Traction Elevators


14200-20
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

32. Pit Lighting Required


33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Landings Nickel Silver
40. Car Operating Fixtures Main car operating panel –in full swing front
return without faceplace, as shown on drawings.
LCD type car position indicator with direction
arrows incorporated into each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified
I. VIP Passenger Elevator- VPE-02
1. Quantity One (1)
2. Type Passenger
3. Capacity (kg) 1,600
4. Speed (mps) 2.5
5. Travel in Meters 37.9
6. Number of Landings 9 @ B3, B2, B1, G, and 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing G
11. Operation Duplex Selective Collective with VPE-01
12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation

© 01 International W.L.L Electrical Traction Elevators


14200-21
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

14. Fireman's Control Fire Recall Only


15. Number of push button risers Two (2)
16. Elevator Wellway (mm) 2700 w x 2500 d
17. Clear inside cab size (mm) 12100 w x 1600 d x 2700 h
18. Pit Depth (mm) 2500
19. Overrun (mm) 6500 – machine room shall be located above the
5th floor
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1100 w x 2400 h
23. Hoistway door size Same as car
24. Door operation Single Speed Center Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location In machine room above 5th. floor
29. Counterweight Safety Not Required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Full-depth milled stainless steel
b. Landings Milled stainless steel
40. Car Operating Fixtures Main and auxiliary car operating panels – Each
panel in full swing front return without faceplace,
as shown on drawings. LCD type car position
indicator with direction arrows incorporated into
each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type

© 01 International W.L.L Electrical Traction Elevators


14200-22
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed
46. Cab Enclosure As further specified
J. Hospital Service Elevators – SE-01 to SE-08
1. Quantity Eight (8) four duplex systems
2. Type Service Class ‘C3’ freight loading
3. Capacity (kg) 2,000
4. Speed (mps) 1.75
5. Travel in Meters 29.9
6. Number of Landings 7 @ B1, G, and 1-5
7. Number of Openings Same as Landings
8. Front Openings All Landings
9. Rear Openings None
10. Home Landing G
11. Operation Duplex Selective Collective
12. Control Variable Voltage Variable Frequency
13. Control Features Peak Time Service, Balanced Traffic Service,
Distributed Parking, Independent Operation, Fire
Recall Service, Automatic Bypass, Variable Door
Times, Anti-nuisance Feature, Overload Stop,
Continuity of Service, Automatic Car Light and
AC controls, Emergency Power Operation
14. Fireman's Control Fire Recall Only
15. Number of push button risers One (1) per duplex
16. Elevator Wellway (mm) 5150 w x 3300 d
17. Clear inside cab size (mm) 1500 w x 2700 d x 2700 h
18. Pit Depth (mm) 4000 – walk-in pit on the B2 level
19. Overrun (mm) 5250
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Oil
22. Car door size (mm) 1300 w x 2100 h
23. Hoistway door size Same as car
24. Door operation Two Speed Side Opening
25. Emergency Side Access Doors Not Required
26. Emergency Top Exit Required
27. Machine Type Geared Traction

© 01 International W.L.L Electrical Traction Elevators


14200-23
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

28. Machine Location In Machine room above 5th floor


29. Counterweight Safety Not Required
30. Compensation Encapsulated chain
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Nickel Silver
b. Home Landing Nickel Silver
40. Car Operating Fixtures Main car operating panels – Each panel in front
return with hinged faceplate, as shown on
drawings. LCD type car position indicator with
direction arrows incorporated into each car
operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Front two cab light fixtures will be arranged to
operate as an emergency light fixture for at least 4
hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed
46. Cab Enclosure As further specified
K. Recruiting Passenger Elevator – PE09
1. Quantity One (1)
2. Type Passenger
3. Capacity (kg) 1000.
4. Speed (mps) 1.0
5. Travel in Meters 6.0
6. Number of Landings 2 @ B1, G
7. Number of Openings Same as landings
8. Front Openings All
9. Rear Openings None

© 01 International W.L.L Electrical Traction Elevators


14200-24
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10. Home Landing Ground Floor


11. Operation two stop collective
12. Control Variable Voltage Variable Frequency
13. Control Features Attendant Operation, Independent Operation, Fire
Recall Service, Variable Door Times, Automatic
Car Light/Fan Feature, Emergency Power
Operation
14. Fireman's Control Fire recall only
15. Number of push button risers One (1)
16. Elevator Wellway (mm) 2500 W x 2000 D
17. Clear cab inside size (mm) 1600 W x 1400 D x 2700 H
18. Pit Depth (mm) 4000 Walk in pit at B2 level
19. Overrun (mm) 4350
20. Guide rails Steel tees at sides - provide rail backing as
required
21. Buffers Spring
22. Car door size (mm) 1000 W x 2400 H
23. Hoistway door size Same as car
24. Door operation Single Speed Center Opening
25. Emergency Access Doors Not required
26. Emergency Top Exit Required
27. Machine Type Gearless Traction
28. Machine Location Overhead in shaft
29. Counterweight Safety Required
30. Compensation Not Required
31. Elevator Shaft Lighting Required
32. Pit Lighting Required
33. CCTV and Card Reader Furnished by Security Contractor - Refer to
security specifications
34. CCTV and Card Reader Cable Required
35. PA Speaker Furnished by Electrical Contractor
36. PA Cable Required
37. Entrances As further specified
38. Fixtures As further specified
39. Sills
a. Car Milled Stainless Steel
b. Landings Milled Stainless Steel

© 01 International W.L.L Electrical Traction Elevators


14200-25
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

40. Car Operating Fixtures Main car operating panel –in full swing front
return without faceplate, as shown on drawings.
LCD type car position indicator with direction
arrows incorporated into each car operating panel.
41. Communication “Hands-free” Intercom with a station in each car,
a master station in each machine room, Fire
Command Center and Building Management
Office
42. Door Protective Device Infrared light curtain type
43. Emergency Light Fixture Two cab light fixtures will be arranged to operate
as an emergency light fixture for at least 4 hours
44. Cab Air Conditioner Not required
45. Car Fan Two speed fan to provide at least 1.0 air change a
minute at low speed and 1.5 air changes a minute
at high speed.
46. Cab Enclosure As further specified
2.02 FIXED HOISTWAY EQUIPMENT
A. Guide Rails, Inserts and Brackets
1. Provide machined, standard size steel T section guide rails with tongue and grooved
joints for the car and counterweight. Use not less than T160 car rails.
a. The car guide rails shall be as follows:
1) At operating speeds of 1.75 mps and below: Savera Super Line,
Monteferro S or approved equal
2) At operating speeds between 2.0 mps and 3.5 mps: Savera Extra
Line, Monteferro H or approved equal
2. The section modulus and moment of inertia of the fishplates shall not be less than that
of the rail. Connect rails to fishplate with four (4) bolts.
3. For concrete and concrete block hoistways furnish rail brackets and provide inserts
and an insert location drawing to Construction Manager or General Contractor
4. Brackets shall be used to support the rails from the hoistway framing and/or inserts.
Rails shall be attached to the brackets by heavy clamps or clips. Bolting or welding
rails to brackets shall only be allowed in special instances and will require specific
approval of employer's representative.
5. Provide divider beams and immediate rail support brackets as required for all
elevators and attach same to hoistway walls as approved by employer's representative.
6. Provide oversized steel members and brackets for the car and counterweight rails
where the mounting distance exceeds the manufacturer's standard dimensions.
7. Provide oversized steel members and brackets for the car and counterweight rails
where the mounting distance exceeds the manufacturer's standard dimensions.
8. Guide rail bracket connections shall be fitted with sliding clips. Provide for a
minimum of 300 mm clearance above guide rails to accommodate building
compression.
10. Support all guide rails from the pit level with jacking bolts or other approved means.
B. Buffers
1. Provide buffers with necessary blocking and horizontal steel braces under car and
counterweight.

© 01 International W.L.L Electrical Traction Elevators


14200-26
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Oil buffers shall bring the car and counterweight to rest from governor tripping speed
at an average rate of retardation not exceeding gravity. Oil buffers shall be of spring
return type and shall have means of checking oil supply level.
3. Use reduced stroke buffers with associated terminal slowdown devices where runbys
are restrictive.
4. The buffers shall been tested by a qualified test laboratory and approved as complying
with the ASME Code. Buffer marking plate shall indicate the manufacturer’s name,
identification number and stroke.
5. Coordinate design and installation of inspection platforms and ladders with
employer's representative.
6. Provide blocking under the counterweight to compensate for rope stretch and to
maintain code compliant runby clearances.
7. Coordinate the installation of pit equipment so that the integrity of pit waterproofing
is not comprised.
C. Normal and Final Terminal Stopping Devices
1. Provide normal terminal stopping devices to stop the car automatically from any
speed obtained under normal operation within the top and bottom over travels
independent of the operating devices, final terminal stopping device and the buffers.
2. Provide final terminal stopping devices to stop the car and counterweight
automatically from the speed specified within the top clearance and bottom over
travel.
3. Terminal stopping devices shall have rollers with rubber or other approved
composition tread to provide silent operation when actuated by the fixed cam in the
hoistway.
D. Interlocks, Contacts and Unlocking Devices
1. Equip each elevator hoistway door with a positive interlock which shall prevent
operation of the elevator unless all elevator doors are closed and maintained closed
when elevator is away from the landing. Interlocks shall also prevent the opening of a
hoistway door from the landing side unless the car is within the landing zone and is
either stopped or being stopped at that level. Design interlocks so that they are not
easily accessible from the landing side.
2. Provide electric contacts on top emergency exit to prevent the operation of the
elevator when the electric contacts are not closed.
E. Hoistway/Car Door Hangers, Sheaves and Tracks
1. Provide a sheave type two-point suspension hanger and track for each hoistway and
car door. Sheaves shall be hardened steel with polyurethane tire, not less than 75 mm
in diameter with sealed grease packed precision ball bearing.
2. Upthrust shall be taken by a roller mounted on hanger and arranged to ride on the
underside of track. The track shall be of formed cold rolled steel or cold drawn steel
and shall be rounded on the track surface to receive the hanger sheaves. The track
shall be removable and shall not be integral with the header.
F. Stop Switches
1. Provide a readily accessible switch for stopping and maintaining elevator out of
service at each of the following locations: in pit, on top of car, in machine room, in
overhead sheave rooms and in car operating panel.
G. Hoistway Entrance Structure
1. Frames - The frames shall be constructed of not less than 14 swg sheet steel.
a. Passenger Elevators – All Floors: Provide unit frames with mitered and
welded corners ground smooth. All frames will be stainless steel with a No.
4 finish.

© 01 International W.L.L Electrical Traction Elevators


14200-27
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Service Elevator – All Floors: Provide stainless steel with No. 4 finish bolted
type construction having matching end caps.
2. Doors - The hollow metal hoistway doors shall be constructed of 16 swg sheet steel,
not less than 30 mm thick, reinforced to accept hangers, interlocks or door closers.
Equip all hoistway landing doors with one-piece full height non-vision wings of
material and finish to match hall side of door panels. All passenger elevator doors
shall be stainless steel with No. 4 satin finish, hand rubbed long grain. The service
elevator doors shall be stainless steel with No. 4 finish.
3. Entrances shall bear rating labels of an approved testing agency consistent with a two
hour rated wall assembly.
4. Provide each door panel with two removable laminated plastic composition guides,
arranged to run in sill grooves with a minimum clearance. The guide mounting shall
permit their replacement without removing the door from the hangers. A steel fire
stop shall be encased in each guide.
5. Provide the leading edge of center opening doors and leading edge of side opening
doors with continuous rubber astragal bumper strips. The strips shall be relatively
inconspicuous when the doors are closed and shall be easily replaceable. Also,
provide rubber bumpers at the top and bottom of each section of door to stop them at
their limit of travel in opening direction.
6. Sills – Provide single piece sills with the nosing approximately 25mm deep and
running the full length of door travel. The sills shall be at least 10 mm thick. The
wearing surface shall be of a non-slip type with door guide grooves providing a
minimum clearance for guides. Rigidly secure sills to building construction by means
of steel sill support members or blocking with necessary metal shimming or
adjustments. Provide stainless steel sills for all passenger elevators and nickel silver
sills for all service elevators.
7. Provide door unlocking devices on each floor so that an authorized person can open
any landing door when car is elsewhere. The key hole metal ferrule shall match the
material and finish of its door panel.
8. Struts – Struts shall be hot rolled steel angles not lighter than 75 mm by 75 mm by 5
mm. Extend struts from top of sill to either bottom of floor beam or intermediate
framing above. Bolt struts in place with not less than two bolts at each end. Strut clip
angles or brackets shall have a thickness not less than thickness of supported strut.
9. Track Support – 5 mm thick steel track support plate shall extend between and be
bolted to vertical steel struts with no less than two (2) bolts at each end.
10. Track Covers – not less than 1.8 mm steel cover plates shall extend full travel of
doors. Covers shall be made in sections for service access to hangers, sheaves, tracks
and interlocks. Sections above the door opening shall be movable from within the
elevator car. Cover fastening devices shall be non-removable from the cover.
11. Fascias – not less than 1.8 mm steel fascia plates shall extend at least the full width of
door and be secured at hanger support and sill with oval head machine screws.
Reinforce fascia to allow not more than 10 mm of deflection.
12. Provide fascia plates where the clearance between the edge of loading side of platform
and inside face of the hoistway enclosure exceeds the code allowed clearance.
13. Toe Guards - Provide not less than 1.8 mm steel toe guards to extend 300 mm below
any sill not protected by fascia. Toe guards shall extend the full width of the door and
shall return to the hoistway wall at a 15 degree angle and be firmly fastened.
14. Dust Covers - Provide not less than 1.8 mm dust covers to extend 150 mm above any
header not protected by fascia. Dust covers shall extend to a full width of travel of
doors, return to hoistway wall at a 15 degree angle and be firmly fastened.

© 01 International W.L.L Electrical Traction Elevators


14200-28
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

H. Ladders, Guard Rails, Screens and Guards


1. Provide the following secondary metal work located in the pit, hoistway and in
elevator machine room in accordance with Tender documents.
a. 2500 mm high wire mesh separator screens in pit where tow or more
elevators are fixed in a common hoistway.
b. Counterweight shall be guarded by means of a fixed screen from the pit floor
to a position of at least 2500 mm above pit floor.
c. Pit access ladders.
d. Buffer inspection ladders and platforms.
e. Guard rails and 60 degree ships ladders in machine room.
f. Guard around machine, ropes and rope holed.
g. Hoisting machine inspection and service platforms with handrails.
2. Submit four (4) copies of detailed shop drawings of all miscellaneous metal items for
approval to employer's representative.
3. Provide painted sheet steel covers for all dead end hitches.
4. Provide pit ladder with continuous steel flat bar side rails 12 mm x 75 mm, with eased
edges, spaced 450 mm apart. Rungs shall be steel bars 18 mm in diameter, spaced
300 mm apart with top to have a non-slip surface. Rungs shall be located along
centerline of side rails, plug weld and grind smooth on outer rails faces. Support each
ladder at top and bottom and at intermediate points spaced not more than 1500 mm.
Extend side rials 1200 mm above top rung.
5. Prime paint and apply two (2) coats of rust inhibiting machinery enamel to metal
work specified above as approved by the employer's representative.
2.03 MOVING HOISTWAY EQUIPMENT
A. Top of Car Station
1. Mount an inspection station on top of car. This device shall be activated by a switch
located in car operating panel and shall include:
a. A two-position (auto/insp) switch.
b. Up and down direction buttons
c. A stop switch
d. A13A. 3-pin water tight socket outlet
e. A work light with wire guard and an "off – on" switch
2. When the station is operational, elevator speed shall not exceed 0.63 mps and all
operating devices in cab shall be inoperative.
B. Guide Shoes
1. Provide roller guide shoes with adjustable mounting base, rigidly bolted to the top and
bottom of each side of the car and counterweight frame.
a. Roller guides shall consist of a set of sound reducing neoprene wheels in
precision bearings held in contact with the three finished rail surfaces by
adjustable stabilizing springs. Bearings shall be provided with grease fittings
for lubrication.
b. Equip roller guides with adjustable stops to control post wise float.
c. Equip roller guides with adjustable stops to control postwise float.
d. Statically balance the car and counterweight to maintain uniform pressure on
the roller guides.

© 01 International W.L.L Electrical Traction Elevators


14200-29
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Car Frame and Platform


1. Car frame shall be made of steel members, with a factor of safety as described in the
Code. Deflection of members shall not exceed 1/1000 of their span under static by
the ASME Code.
2. Car platform shall consist of a steel frame with necessary steel stringers, all securely
welded together. Frame and platform shall be so braced and reinforced that no strain
will be transmitted to the elevator car.
a. Provide sound isolated platform with two (2) 20 mm thick layers of marine
grade plywood. Cover the underside of the car platform with sheet steel.
3. Provide milled stainless steel thresholds having no-slip surface and guide grooves for
all elevators. Provide extended threshold on passenger elevators. Refer to the cab
drawings for details.
4. Recess passenger elevator platforms to receive finished flooring as selected by Others
as specified hereinafter. Coordinate thickness of selected flooring with platform
recess.
5. Sound isolate elevator platforms. Support frame shall carry rubber pads on which
platforms shall rest without any connection to steel frame.
6. Refer to drawings for clear and overall cab heights.
7. Design car frames and platforms of elevators SE-01 to SE-08 for class C3 freight
loading as described in ASME A17.1 code.
D. Door Operation
1. Mount a high speed operator on top of car to operate car and hoistway door
simultaneously. Door operator size and configuration to be coordinated with specified
cambridge metal door cladding.
2. Provide a three phase induction motor with a VVVF drive system using a pulse width
modulation. A digital closed-loop system shall monitor and control door speed and
performance profile. Approved door operators are:
a. KONE ADC
b. Otis HPL1M
c. Schindler OKS 14
d. Mitsubishi KV4K
e. Approved equal
3. Sound isolate door operator tracks and support frame for smooth and quiet operation.
4. Door shall operate smoothly without a slam during both opening and closing cycles.
Door velocity shall be adjustable and continuously monitored to maintain minimum
door operation times and floor-to-floor performances.
5. Car and the hoistway doors shall open as car stops at landing and close before the car
can leave floor.
6. Door Contact - Equip car door with an electric contact which will prevent operation of
car unless the car door is in closed position. Door contacts shall not be readily
accessible from inside of the car.
7. Nudging - If doors are held open for a predetermined time (15 to 20 seconds;
individually adjustable) by interrupting the light rays/detector field, or by holding the
door, or by pressing the door open button, a buzzer will sound and the doors shall start
to close at a gentle slow speed.
8. Door Protective Edge:
a. Provide an infrared curtain door protection system on all cars.

© 01 International W.L.L Electrical Traction Elevators


14200-30
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Doors shall be prevented from closing from an open position if a person


interrupts any one of light beams. When doors are closing, any interruption
of protective light field shall cause both car and corridor doors to reverse.
Doors shall start to close when protection system is free of any obstruction.
c. Infrared curtain protective system shall have:
1) Height of protective field not less than 1800 mm above sill.
2) Where horizontal infrared light beam system is used: A minimum of
40 light beams
3) Modular design to permit on board test operation and replacement
of all circuit board without removing complete unit.
4) Controls to shut down the elevator when unit fails to operate
properly.
d. A one piece, full height protective cover, with an approved finish to
withstand impact, abrasion and vandalism.
E. Hoisting and Governor Ropes
1. Provide 8 x 19 traction steel hoisting ropes and 8 x 19 or 6 x19 traction steel governor
ropes.
2. Secure ends of hoisting ropes with adjustable rope shackles with springs, washers,
nuts and end cotter pins. Provide shackles with anti-spinning device.
F. Safety
1. Provide a governor actuated mechanical safety device mounted under car platform
and securely bolted to the car sling. Car safety shall be sized for capacity and speed
noted herein.
a. When tripped, safety mechanism shall engage the rails with sufficient force
to stop a fully loaded car with an average rate of retardation within the limits
given in the Code for capacity.
b. Install a car safety marking plate of corrosion resistant metal and, in addition
to the data required by the governing code, indicate the manufacturer's name
and manufacturer's catalog designation number for safety.
c. Make provisions to release the car safety. In no event shall safety be released
by downward motion of car. Raising car to reset safety mechanism shall be
allowed.
d. Provide an electrical safety plank switch that will interrupt the power to hoist
machine when safety mechanism is set. Resetting plank switch shall be
separate from resetting safety mechanism jaws.
2. All elevators shall be provided with an ascending car overspeed and unintended car
movement protection means conforming to the requirements of ASME A17.1-2000,
Rule 2.19.
G. Governor
1. Provide a speed governor, located overhead, to operate the car safety mechanism.
a. Maintain proper tension in governor rope with a weighted tension sheave
located in the pit.
b. Provide rope grip jaws, designed to clamp governor rope to actuate car safety
mechanism upon a predetermined overspeed downward. Rope grip jaws
directly coupled to governor mechanism so as to float with governor
movement shall not be permitted.
c. Centrifugal type governors shall trip and set rope jaws within 60 degrees of
governor sheave rotation after reaching rated tripping speed.

© 01 International W.L.L Electrical Traction Elevators


14200-31
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Design the governor rope tripping device so that no appreciable damage to or


deformation of the governor rope shall result from the stopping action of the
device in operating the car safety.
e. Provide an electrical governor overspeed protective device which, when
operated, shall remove power from the driving machine motor and apply
brake before or at application of safety mechanism. Setting for overspeed
switches shall be as prescribed in the Code.
1) Locate and enclose switch to insure that excess lubrication will not
enter switch enclosure.
f. Seal and tag governor with running speed, tripping speed and date last tested.
H. Counterweight
1. Counterweights shall consist of a steel frame welded or bolted together and necessary
steel sub-weights. These sub-weights shall be held within frame by not less than 2 tie
rods passing through holes in all weights or steel angles at each end, positioned on top
of weights and connect to counterweight steel frame as approved by employer's
representative.
Rods shall be equipped with locknuts, secured by washers and cotter pins at each end
to keep sub-weights in place and prevent rattling.
a. Counterweight shall be equal to weight of elevator car and approximately
40% of the contract (specified) capacity.
b. Provide required counterweight screen where no compensation is used.
c. Bottom of counterweight shall have a buffer striking plate and means to
attach knock-off blocks during rope stretch.
2. Provide a governor actuated mechanical safety device under the counterweight for
elevators having occupied space below their hoistway. Safety, governor and operation
shall be as hereinbefore specified.
I. Compensation Chain
1. Provide vinyl encapsulated compensating chain.
2. The quantity and size of the chains shall be calculated in accordance with the
manufacturer’s guidelines based upon the number, diameter and construction of hoist
cables being used.
3. Final attachment of each compensating chain underneath the car and counterweight
frame shall be accomplished by means of ‘U-bolts’.
4. Intermediate support for each chain shall be provided 24” to 39” from the point of
final attachment underneath the elevator car by use of an S-hook and separate U-bolt.
5. Arrange compensation attachment points to maintain recommended loop dimension
established by the compensation manufacturers.
6. Provide a guidance system designed to prevent cable sway.
The use of a single compensating chain if not centered on the car and counterweight is
unacceptable.
7. Provide manually reset electric switches to monitor each compensating chain
connection at the elevator platform which will stop the elevator immediately upon
failure of one or more of the "S" hooks.
J. Work Lights and Receptacles
1. Install a single 13A. 3 - pin socket outlet in each car in an inconspicuous location.
2. Provide work lights and a 13A 3-pin watertight socket outlet as per 2.03.A.1 at top
and bottom of elevator car.

© 01 International W.L.L Electrical Traction Elevators


14200-32
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Provide elevator hoistway lighting for each car. Lighting shall be by means of
fluorescent luminaries with PL lamps spaced 500 mm from the pit floor, 500 mm
from the top of the hoistway and located every other floor in the hoistway. Provide
required switches to control hoistway lighting from the pit level and from within the
machine room. Identify switches with suitably engraved label. The circuit for the
lighting shall be taken from the distribution board in the elevator room. The pits shall
be provided with 13A socket outlets.
4. Install 13A socket outlets in machine rooms.
2.04 CONTROL EQUIPMENT AND FEATURES
A. Wiring (Coordinate with Electrical Engineer and Security Consultant)
1. Provide all wiring and conduit required for the operation of the elevators.
2. Wiring, conduit and all fittings shall be in accordance with requirements Electrical
Engineer Specifications.
3. Run all wiring in galvanized conduit or in metal wireways.
4. Flexible metal conduit with ground wiring may be used for short runs from main
hoistway wireway to interlocks, fixtures, limit switches and between control panels,
motors and brakes.
5. Provide traveling cables with polyvinyl chloride and flame resistant outer cover.
Prehang the cables for at least 24 hours with ends suitably weighted to eliminate
twisting during operation.
6. Provide at least 10%, but not less than two (2) spare conductors, in travel cables and
in all hoistway risers.
7. Provide ten (10) pairs of 16 gauge shielded cables in traveling cable for each car.
Terminate them to barrier-type terminal strip behind elevator return panel at one end
of cable and within a machine room security junction box at the other end.
8. Provide a video coaxial cable, type RG59/U or approved equal, in traveling cable for
each car. Leave 5.0 m of slack in the cab ceiling space on one end and 3.0 m slack in
machine room security junction box. Traveling cables are to be rubber or PVC
insulated with a braided textile finish with fire resisting compound and manufactured
to BS 6977.
9. Install CCTV cameras in elevator cabs as directed by the employer's representative.
The cameras shall be furnished under another section of these specifications.
10. Where the main elevator disconnect devices are not located in the machine room or
they are not in the view of the hoist machines, provide necessary auxiliary disconnect
means to meet the requirements of the Code.
11. Provide all wiring for card reader and CCTV camera as specified under another
section of these specifications. (coordinate with security contactor).
B. Two Stop Collective Operation
1. A car call or hall call registered by pressing a car or hall button will allow the car to
proceed to the destination after the hoistway door and car door automatically close
and the door interlock circuit is made.
2. Upon arrival at the landing, the doors will open automatically.
3. When the car is traveling away from a registered hall call, the call shall remain
registered and the car shall respond on the next trip.
4. Car and hall calls shall cancel automatically as the car stops at the respective
registered call.

© 01 International W.L.L Electrical Traction Elevators


14200-33
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

C. Simplex Selective Collective Operation


1. Provide simplex selective collective operation from a riser of hall push button
stations.
2. The registration of one or more car calls shall dispatch the car to the designated floors
in the order in which the floors are reached by the car, irrespective of the sequence in
which the calls were registered. The car shall also respond to registered hall calls in
the same direction of travel. Car and hall calls shall be canceled when answered.
3. Stops in response to calls that are registered in either the car or corridor pushbutton
stations shall occur in the natural order of progression in which the floors are
encountered, depending on the direction of car travel, and irrespective of the order in
which calls are registered.
4. When the car has responded to the highest or lowest call, and calls are registered for
the opposite direction, the car shall reverse direction automatically and respond to
those registered calls.
5. When the car arrives at its last stop and reverses direction of travel, all previously
registered car calls shall be automatically cancelled.
6. When the car has responded to the highest or lowest call, and the hall calls are
registered for the opposite direction, the car shall reverse direction automatically and
respond to those registered calls.
7. When the car arrives at a landing where both up and down hall calls are registered, it
will answer the call in the direction of travel.
8. If no car call is registered, the car shall be assigned to respond to call registered for
opposite directions; car doors shall close immediately, re-open and respond to the call.
9. Hall lantern operation shall always correspond to direction of service.
10. When an empty car reverses direction at a landing with no hall calls, doors shall not
open and hall lantern shall not operate.
11. If the car has no car calls registered and arrives at a floor where both up and down hall
calls have been registered, the car shall respond to the hall call corresponding to the
direction of car travel. If, after making its stop, a car call is not registered and no other
hall calls exist ahead of the car corresponding to its original direction of travel, the
doors shall close and immediately reopen in response to the hall call for the opposite
direction.
12. The car shall maintain its original direction at each stop until the doors are fully
closed to permit a passenger to register a car call before the car reverses its direction
of travel.
D. Duplex Selective Collective Operation
1. Provide duplex selective collective operation with the two cars arranged to operate
from a single riser of hall push buttons.
2. When there is no demand for elevator service, park one car at the Lobby Floor and the
other shall be a "free car", parking at the floor last served. Park both cars with doors
closed. The "free car" shall normally respond to any registered hall call except:
a. A hall call registered at the Lobby Floor shall be answered by the car parked
at the Lobby Floor.
b. A hall call registered below the Lobby Floor shall be answered by the car
parked at the Lobby Floor.
3. When the car parked at the Lobby Floor responds to a registered car for a floor above
the Lobby Floor, the idle "free car" shall be dispatched automatically to the Lobby
Floor, and shall become the assigned Lobby Floor parking car.

© 01 International W.L.L Electrical Traction Elevators


14200-34
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. When the "free car" is responding to registered calls, the Lobby Floor parking car
shall automatically start the "free car" under any of the following conditions:
a. Registration of hall call below the "free car" while it is traveling in the up
direction.
b. Registration of hall call above the "free car" while it is traveling in the down
direction.
c. Inability of the "free car" to move in response to a registered hall call within
a predetermined time.
5. When both cars are responding to registered car and hall calls, the first car to
complete its calls shall become the assigned Lobby Floor parking car and shall be
dispatched automatically to the Lobby Floor.
6. If either car is removed from service, the other car shall respond to all registered hall
calls and its own car calls.
7. When a car arrives at its last stop and reverses direction of travel, all previously
registered car calls shall be automatically cancelled.
8. When a car has responded to the highest or lowest call, and the hall calls are
registered for the opposite direction, the car shall reverse direction automatically and
respond to those registered calls.
9. When a car arrives at a landing where both up and down hall calls are registered, it
will answer the call in the direction of travel. If no car call is registered, the car shall
be assigned to respond to call registered for opposite directions; car doors shall close
immediately, re-open and respond to the call. Hall lantern operation shall always
correspond to direction of service.
10. When an empty car reverses direction at a landing with no hall calls, doors shall not
open and hall lantern shall not operate.
11. If a car has no car calls registered and arrives at a floor where both up and down hall
calls have been registered, the car shall respond to the hall call corresponding to the
direction of car travel. If, after making its stop, a car call is not registered and no other
hall calls exist ahead of the car corresponding to its original direction of travel, the
doors shall close and immediately reopen in response to the hall call for the opposite
direction.
12. The car shall maintain its original direction at each stop until the doors are fully
closed to permit a passenger to register a car call before the car reverses its direction
of travel.
13. Anti-Nuisance Feature: In the event car loading or operation is not commensurate
with the number of car calls registered, all car calls shall be canceled.
14. Load Weighing: Provide means for weighing passenger load. Design control system
to provide dispatching in advance of normal intervals and to provide landing call by-
pass when the car is filled to approximately 65% of full-capacity load. Settings shall
be individually adjustable from 60-80% of full load.
15. In the event that any car is delayed for more than a predetermined time interval after it
received a start signal, the system shall automatically permit the remaining cars in the
group to respond to signals and be dispatched in the specified manner.
16. Coincident calls: The dispatching system shall be designed with a 20 second
parameter whereby an elevator with a car call will receive priority to answer a
corresponding corridor call if it can do so within 20 seconds. If it cannot answer the
call within the prescribed time, the first available car shall be assigned. A continuous
reassessment of calls shall be made, with the processor having the capability of
reassessing five (5) times per second.

© 01 International W.L.L Electrical Traction Elevators


14200-35
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

E. Group Supervisory System


1. A microprocessor-based group supervisory control system with the following features
shall control the operation of the elevators:
a. Redundant (distributed) dispatching
b. Artificial intelligence
c. Neuron network system with high speed data transmission via serial
communication.
d. Advanced software diagnostics
2. The supervisory system shall, through a dispatching algorithm along with artificial
intelligence parameters continually measure the number of corridor calls, their
duration, and their direction, the number of loaded elevators, etc., to determine the
intensity of traffic and its direction. The supervisory system shall automatically adjust
itself to all demands with preference given to the registered calls in the following
order:
a. Lower Terminal Demands (of any type or duration).
b. Long wait "down" calls.
c. Long wait "up" calls.
d. "Up" calls.
3. The supervisory system shall assign idle elevators to predetermined building blocks
(zones). Configure the main lobby level as the lowest zone and equally divide the
remaining floors with an elevator assign to each zone.
4. Remove any car from group operation if it fails to respond to an assignment within a
predetermined time period.
5. The supervisory system shall employ preset operational conditions to place the
elevators into the following operating modes:
a. "Up" peak
b. "Down" peak
c. Moderate "incoming" and "outgoing" traffic
6. The system shall use a clock to maintain the "up" and "down" peak operations for the
duration of the pre-selected peak period.
7. In the event that any car is delayed for more than a predetermined time interval after it
received a start signal, the system shall automatically permit the remaining cars in the
group to respond to signals and be dispatched in the specified manner.
8. In the event of failure of the automatic dispatching system, the elevators shall
continue to be automatically dispatched by auxiliary means so as to provide
emergency service. Failure of the automatic dispatching system shall be indicated by
an illuminated signal in the Elevator Control Panel.
9. In the event of failure of the landing call button circuit, provide a means to enable the
elevators to service each floor without registration of a call within the elevators.
Provide an illuminated signal in the Elevator Control Panel to indicate that this
emergency operation is in effect.
10. When a car arrives at its last stop and reverses direction of travel, all previously
registered car calls shall be automatically cancelled.
11. When a car has responded to the highest or lowest call, and the hall calls are
registered for the opposite direction, the car shall reverse direction automatically and
respond to those registered calls.

© 01 International W.L.L Electrical Traction Elevators


14200-36
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

12. When a car arrives at a landing where both up and down hall calls are registered, it
will answer the call in the direction of travel. If no car call is registered, the car shall
be assigned to respond to call registered for opposite directions; car doors shall close
immediately, re-open and respond to the call. Hall lantern operation shall always
correspond to direction of service.
13. When an empty car reverses direction at a landing with no hall calls, doors shall not
open and hall lantern shall not operate.
14. If a car has no car calls registered and arrives at a floor where both up and down hall
calls have been registered, the car shall respond to the hall call corresponding to the
direction of car travel. If, after making its stop, a car call is not registered and no other
hall calls exist ahead of the car corresponding to its original direction of travel, the
doors shall close and immediately reopen in response to the hall call for the opposite
direction.
15. The car shall maintain its original direction at each stop until the doors are fully
closed to permit a passenger to register a car call before the car reverses its direction
of travel.
16. Anti-Nuisance Feature: In the event car loading or operation is not commensurate
with the number of car calls registered, all car calls shall be canceled.
17. Load Weighing: Provide means for weighing passenger load. Design control system
to provide dispatching in advance of normal intervals and to provide landing call by-
pass when the car is filled to approximately 65% of full-capacity load. Settings shall
be individually adjustable from 60-80% of full load.
18. In the event that any car is delayed for more than a predetermined time interval after it
received a start signal, the system shall automatically permit the remaining cars in the
group to respond to signals and be dispatched in the specified manner.
19. Coincident calls: The dispatching system shall be designed with a 20 second
parameter whereby an elevator with a car call will receive priority to answer a
corresponding corridor call if it can do so within 20 seconds. If it cannot answer the
call within the prescribed time, the first available car shall be assigned. A continuous
reassessment of calls shall be made, with the processor having the capability of
reassessing five (5) times per second.
20. Main Lobby Operation:
a. Only the "Next" designated car shall have its hall lantern illuminated and its
doors open.
b. When a "down" traveling car, which is not designated “Next”, arrives at the
main lobby with a lobby car call registered, it will open its door to discharge
the passengers but shall not illuminate its lantern.
1) The doors shall close one (1) second after the light ray is re-
established.
c. When a "down" traveling car with no car calls arrives at the main lobby and
is not designated "Next", it shall park without opening its doors.
21. The system described is intended to provide the basic requirements. The acceptable
systems are:
a. Mitsubishi A1 2100
b. Otis Elevonic 411
c. Schindler Miconic V
d. KONE TMS 9000
e. Approved equal

© 01 International W.L.L Electrical Traction Elevators


14200-37
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Independent Service
1. Arrange elevator controls to permit car to be removed from the group system and to
operate in response to car calls only. Door shall not close until car button for another
landing is pressed. Activation of this service shall be from a key switch in the car
station service panel.
G. Attendant Service – VPE-01 and VPE-02
1. Arrange the elevator for operation with or without an attendant. Accomplish the
transfer from automatic to attendant operation by means of a key operated switch in
the car station. Locate this switch behind a locked cover in the car station, which
shall also contain an "up" and a "down" direction button and a "Pass" button. A
service demand buzzer and up and down signal lights shall also be included in the car
station.
2. When the transfer switch is in the attendant position, the car shall answer calls
normally except, the attendant, operating either the "Up" or the "Down" button, shall
establish the direction of travel, close the doors and start the car after each stop. The
car landing and door opening shall be completely automatic. The doors shall remain
open until a direction is initiated by the attendant. If the button is released before the
doors are fully closed and interlocked the doors shall reopen. Continuous pressure on
one of these buttons shall cause the car to by-pass corridor calls and respond only to
pre-registered calls in the direction of travel. The by-passed calls shall remain
registered to be answered by another car or another trip.
3. The up and down signal lights indicate that an unanswered corridor call is above or
below the car and shall remain illuminated until all calls for that direction are
answered.
4. Operation of an "Up" or "Down" corridor push button shall momentarily sound the
service demand buzzer in the car if it is stopped at a floor with its doors open.
Register all car calls by the attendant as announced by entering passengers.
5. Provide an annunciator panel that shall be activated when the elevator is in attendant
operation. Provide green LED's for "up" and red LED's for "down" hall call
identifications. An electronic buzzer shall sound momentarily when a hall call is
registered.
a. Cancel annunciator signals as the calls are answered. Mount green and red
LED's vertically in a 3 mm thick stainless steel faceplate, and provide
engraved floor indications. The annunciator panel shall be the same width as
the car operating panel and be located above the operating panel.
H. Firefighter Operation
1. Activation of a smoke detector in any elevator lobby shall cause all cars that serve that
lobby to return nonstop to designated level. Activation of a smoke detector in any
elevator machine room shall cause all elevators having any equipment located in that
machine room, and any associated elevators of a group automatic operation, to return
nonstop to designated level. Activation of a smoke detector in any elevator hoistway
shall cause all elevators having any equipment located in that particular common
hoistway and any associated elevators in a group automatic operation, to return
nonstop to designated level.
2. If smoke detector at designated level is activated, cars shall return nonstop to an
alternate level approved by enforcing authority.
3. VPE-01, PTE-02, and PTE-05 shall be arranged to operate as a firefighter cars and be
provided with a dedicated intercom system in accordance with requirements of Code
and local authorities. The intercom system shall provide two-way communication
between the firefighter elevators, the fire service level and firefighter elevator
machine room.
4. Sub-contractor shall coordinate and provide signal wiring connections for firefighter
operation herein specified.

© 01 International W.L.L Electrical Traction Elevators


14200-38
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

I. Emergency Power Operation (Coordinate with Electrical Engineer)


1. Arrange elevators to automatically return nonstop to a designated floor at full speed
on emergency power. Bypass any elevator that fails to operate within a pre-
determined time. After all cars return to the designated floor and park with their doors
open, make a second attempt to automatically return any cars that were bypassed.
a. Provide all wiring and conduit to interlock elevators to allow one (1) elevator
from each group to operate at a time.
2. When all elevators return to the designated floor, the last passenger cars lowered shall
be assigned to provide limited elevator service to the building. If the elevator is
inoperative, select another car to serve the building.
3. Provide manual selector switches to override the automatic operation and select any
elevator to operate on emergency power. Provide an LED indicator light adjacent to
the manual selection switches to easily identify which elevators are selected to run
under emergency power.
4. When normal power is restored to the building, the elevators operating on emergency
power shall stop at the next available floor and be automatically removed from
service. Emergency power shall then be disconnected and normal power shall be
applied to the elevators.
5. Initiation of normal to emergency and emergency to normal power transfers shall be
from transfer switch sensing circuit provided under another section of these
specifications. The sensing circuit will be a dry contact and will be brought into the
machine room. The elevator contractor shall interconnect and interlock all elevators to
this sensing circuit.
a. An emergency power transfer signal generated from a particular ATS shall
effect only the elevator bank related to that ATS.
6. Provide manual override controls and emergency power “on” indications in the
remote monitoring panel.
7. Make provisions to operate all car lights on emergency power through a trickle
charged emergency power NiCad battery operation.
8. Provide a separate UPS battery backup system for the Elevator Management
Information System to provide for uninterrupted monitoring and control of the
elevators during loss of normal power. The system shall be designed so that it will be
unnecessary to “re-boot” the elevator systems during a normal power loss condition.
J. Hospital Emergency Service Operation (PTE-01 to PTE-06)
1. Activation of any individual corridor emergency switch shall remove the car from
automatic group operation for immediate response to the emergency demand floor.
2. An emergency demand shall cancel or override all registered car calls for this elevator
unless the system is functioning under fire emergency control operations, attendant
service or independent service.
3. When “Hospital Emergency Service” is activated while this elevator is operating
under a special mode as specified above, the “in-car” audible and visible signals shall
alert the operator to place the car back in automatic mode for immediate response.
4. arrival at an emergency activated floor, the elevator shall remain parked for an
adjustable timed period of one (1) to five (5) minutes or until the “in-car” emergency
switch is activated for emergency service independent operation.
5. The elevator shall remain on emergency independent service until the “in-car” switch
is returned to the normal operating mode.
6. See “Fixtures” for specific hall station and car operating panel requirements.

© 01 International W.L.L Electrical Traction Elevators


14200-39
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

K. Special Features
1. In each car, install Public Address/Life Safety System speaker furnished by Others
and provide all necessary wiring and interfacing between elevator system and Life
Safety System as required.
L. Load Weighing Device
1. Provide means to measure the load in the car within an accuracy of 4% (plus or
minus) of elevator capacity.
2. Provide one of the following types of devices:
a. A device consisting of four strain gauge load cells located at each corner of
the car platform and supporting a free floating car platform and cab with
summing circuits to calculate the actual load under varying conditions of
eccentric loading. A strain gauge device located on the crosshead, arranged
to measure the deflection of the crosshead and thus determine the load in the
car. A device to measure tension in elevator elevator ropes and thus
determine the load in car.
3. Arrange that the output signal from the load weighing device be connected as an input
to the speed control system to allow for pre-torquing of the motors.
4. Provide audible and visual signals in connection with the overload device.
2.05 MACHINE ROOM EQUIPMENT
A. Hoisting Motors
1. Provide a 3 Phase AC induction motor with high starting torque and low starting
current rated for 50oC (90oF) during continuous operation, 210 starts per hour.
2. Motor shall have sufficient capacity and have suitable characteristics, in connection
with the type of control used, to produce an average rate of acceleration under full
load of not less than 3 feet per second and not more than2.0 m per second measured
from start of car motion to time of attaining contract speed. Rate of acceleration shall
be adjustable after installation is made and the final adjustment shall not produce any
objectionable physiological effect on the passenger.
3. Insulation resistance between conductors and frame of motor shall not be less than
one megohm. Dielectric shall successfully pass a breakdown test of twice the rated
voltage of the motor plus 1000 r.m.s volts, 50 hertz, alternating current applied for
one minute.
4. Alternatively, the hoisting machines may be provided with a permanent magnet
synchronous motor (PMSM) with high starting torque at low speed, rated for 50o C
(90o F) during continuous operation. The PMSM shall have rare-earth magnets,
employ multi-pole design, be designed for 210 starts per hour and operate with
minimal torque ripple.
B. Machine Beams
1. Provide support beams, angles, plates, bearing plates, blocking steel members to
support machine, governors, dead end hitches, deflector and overhead sheaves. Note
location of structural machine beam supports and advise if the top of support is not
adequate for the machine beams.
2. Fit each rope, cable and tape opening in machine room with 75 mm high 1.5 mm
minimum, galvanized guard.
3. Provide hoist cable guards at the car and counterweight drop side of the hoisting
machine sheave to prevent accidental contact with the hoisting cables. The guard shall
extend from the point where the hoisting cables penetrate the machine room floor slab
to a point beyond where the cables contact the traction and deflector sheaves. The
guards shall be constructed so as to conceal pinch-points between cables and sheave
grooves.

© 01 International W.L.L Electrical Traction Elevators


14200-40
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. Where 2:1 roping is specified, orientate machine beams front to back as shown on the
design drawings. Provide a "fixed" 2:1 car sheave between the crosshead channels
shown on the design drawings. Locate hoist machine in a manner to eliminate any
interference with the machine room wall, and to provide proper clearance around the
machines.
C. Geared Traction Machine with Brake and Deflector Sheaves
1. Provide a worm-geared traction machine with a direct current brake and demountable
drive sheave, mounted in proper alignment on a common bedplate.
2. The worm shall be accurately machined from steel and provided with a single end,
double race ball bearing thrust.
3. The worm gear shall be made from a phosphor bronze rim, accurately cut, fitted and
bolted to a cast iron spider.
4. The drive sheave shall be a demountable casting from the best grade of metal with a
Brinell hardness of 215 to 230, and shall be machined with grooves, providing
maximum traction with a minimum of rope and sheave wear.
5. Provide means for lubricating the machine.
a) The gear housing shall have a gasketed hole to inspect the gear.
b) Provide machine with an electro-mechanical brake.
c) The brake shall be spring applied and electrically released where drum or
disk-type brakes are employed.
d) Design the brake electro-magnet for quick release and application of brake
shoes.
e) Swivel type brake shoes shall be applied to the braking surface (pulley or
disk).
f) The brake lining material shall be non-asbestos and shall be attached to two
(2) cast iron shoes.
g) The brake pulley or disk shall act as the coupling between the drive motor
shaft and the worm shaft.
6. Provide a raised machine arrangement so that the deflector sheave is located above the
machine room slab. Provide adequate steel blocking members to support the machine
assembly.
7. Provide sheave guards to prevent ropes from jumping off of the sheave grooves.
8. Provide hoist cable guards at the car and counterweight-drop side of the machine
sheave.
a) Guards shall cover cables from the point of slab penetration to the point
where the hoist cables contact the sheave.
b) Guards shall prevent access to cables at pinch points.
D. Gearless Traction Machine
1. Provide gearless traction machine, specially designed and manufactured for elevator
service. Traction driving sheave and brake drum shall be cast integral and bolted
securely to the main armature shaft. Securely mount machine frame, including motor
fields, bearing stands and brake on a heavy steel bedplate. Armature shaft shall be
supported in ball or roller type bearings.
2. Driving sheave shall be cast form the best grade of metal and shall be machined with
a Brinnell hardness of 215 to 230 and shall be machined with grooves, providing
maximum traction with a minimum of cable and sheave wear.

© 01 International W.L.L Electrical Traction Elevators


14200-41
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Span distance between car and counterweight with an accurately grooved deflector
sheave. Mount deflector sheave to bedplate in machine room. Provide sheave guards
to prevent ropes from jumping off grooves.
4. Select the machines to handle elevator cab enclosure as specified and shown on the
drawings.
E. Machine Brake
1. Provide machine with an electro-mechanical brake.
a. The brake shall be spring applied and electrically released where drum or
disk-type brakes are employed. Design the brake electro-magnet for quick
release and application of brake shoes.
b. Swivel type brake shoes shall be applied to the braking surface (pulley or
disk). The brake lining material shall be non-asbestos and shall be attached to
two (2) cast iron shoes.
c. The brake pulley shall act as the coupling between the drive motor shaft and
the worm shaft.Where disk brake is used, the disk shall be rigidly fastened to
the worm shaft and shall connect the motor coupling and motor to the worm
shaft. The disk brake shall have an expected service life of 20,000 hours, or
20 years, and shall operate below a noise level of 60dBA.
d. The brake shall have dual circuit functionality for the critical component
redundancy. In case of a brake circuit failure, the other brake circuit shall be
capable of stopping 125% of the rated load capacity.
e. The brake shall have the monitoring and controlling means to initiate an
emergency service call when the brake lining is worn out.
2. Brake shall be designed and adjusted to safely hold 125% of rated full load.
F. VVVF Drive
1. Speed control for stepless accelerations and decelerations shall be provided from a
VVVF power drive via regulated closed-loop speed monitoring control systems.
2. Incoming power feeds to each static motor drive unit shall be controlled by a
mechanical contractor and shall be disconnected when the elevator is not in motion.
3. Each static motor drive unit shall be provided with an isolation transformer on the
incoming power feeds and noise reduction chokes in series between the hoist motor
and the static drive unit. Level of noise as measured inside machine room shall not
exceed 70 dBa when cars are in operation.
4. Voltage and current distortion (notching) introduced into the incoming power supply
by the static drive system shall not exceed the recommended limits established by
Local Standards.
5. A variable voltage variable frequency, solid-state 3-phase motor drive control system
shall be provided as the only acceptable method of elevator speed control. Drive unit
shall utilize a 3-phase, full wave rectifier and capacitor bank to provide direct current
power for a solid-state invertor. Invertor shall utilize IGBT power semiconductors and
duty cycle modulation fundamental frequency of not less than one kilohertz to
synthesize 3-phase, variable voltage variable frequency output.
6. Drive shall:
a. Be configured as a complete digital drive system.
b. Utilize two (2) microprocessors - one for power conversion circuitry a 16/32
BIT Microprocessor controlled PWM output and one for drive signal control
circuitry.
c. Be totally software configurable through high level language.

© 01 International W.L.L Electrical Traction Elevators


14200-42
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

d. Interface with external equipment/signals via either discrete Local I/O


connections or high speed Local Area Network (LAN).
e. Be fully programmable and adjustable carrier frequency to 12KHz through
an on-board standard digital display unit and a portable key pad device.
f. Be located within the limits of the control cabinet (where system size
allows). Separately mounted units shall be installed in an appropriate chassis
with hinged swing-out doors with clearances equal to the cabinet width
dimensions.
g. Use IGBT power devices for quiet operation
h. Output frequency of 0-500 Hz.
i. Be programmable linear or S-curve acceleration to 999 seconds.
j. Free run or programmable linear or S-curve deceleration.
k. Have controlled reversing.
l. Have a minimum of 15 preset speeds.
7. Operating and Environmental Conditions:
a. Service factor 1.0.
b. Duty continuous.
c. Humidity - 99% rated humidity non-condensing.
d. Altitude – 1000 m without derate.
e. Cooling - forced air when required.
f. Temperature - 0-40oC (104oF)
g. Digital display for:
1) Running - output frequency, motor RPM, output current, voltage
(Selectable).
2) Setting - Parameters values for setup and review.
3) Trip - separate message for each trip, last 30 trips to be retained in
memory.
8. Protective Features:
a. Motor overspeed.
b. Adjustable current limit.
c. Isolated control circuitry.
d. Digital display for fault conditions.
e. Selectable automatic restart at momentary power loss.
f. Manual restart
g. Over/Under Voltage.
h. Line to line and line to ground faults.
i. Over-temperature.
G. Controller/Dispatchers
1. The elevators shall have microprocessor based controller/dispatchers. The controller
shall be designed to control the acceleration, deceleration and stopping of the elevator
and to prevent damage to the motor from overload or over current condition. Arrange
controls to prevent the operation of the elevator incase of phase reversal, phase failure
or low voltage in the power supply.

© 01 International W.L.L Electrical Traction Elevators


14200-43
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Place controllers in a totally enclosed NEMA 1 enclosure with a self-supporting steel


frame. Provide hinged doors to facilitate service. Within each enclosure provide a
locally controlled fluorescent light and a duplex GFIC receptacle.
3. Provide natural or mechanical ventilation for the controller cabinets. Equip ventilate
openings and exhaust fans with filters.
4. Mount equipment to moisture-resistant, noncombustible panels. Support these panels
from steel frame.
5. Provide "noise filter" between hoistway wiring and controller/dispatchers to eliminate
interference.
6. Optically isolate communication cables between components.
7. Wiring: Wiring on the units, whether factory or field wiring, shall be done in neat
order, and all connections shall be made to studs and/or terminals by means of
grommets, solderless lugs or similar connections. All wiring shall be copper.
8. Terminal Blocks: Provide terminal blocks with identifying studs on units for
connection of board wiring and external wiring.
9. Marking: Identifying symbols or letters shall be permanently marked on or adjacent to
each device on the unit, and the marking shall be identical with marking used on the
wiring diagrams. In addition to the identifying marks, the ampere rating shall be
marked adjacent to all fuse holders.
10. Diagnostics: For diagnostic work, provide the elevator control system with its own
built-in LED or LCD display unit or furnish a service tool. When a fault is detected,
the diagnostic system will record the fault code in a nonvolatile memory along with
the location of the elevator and the time of day. The display unit shall be used to
retrieve this information on every car. The fault information shall include, but not
limited to:
a. Elevator position, travel direction and mode of operation.
b. Car and hall calls that currently exist within the system
c. All safety circuits.
d. Processor power supply and processor and Input/Output status.
e. Door safety circuits.
f. Door zone signals.
11. In the event diagnostics and monitoring is accomplished via Field Service Tools,
provide the required Field Service Tools with related control system appurtenances
for diagnostic evaluations, system monitoring and field adjustments.
a. Provide instructions for proper use of such diagnostic tools and/or equipment
with all coding and other operational requirements.
b. Maintain and calibrate the diagnostic tools, and update the associated
instructions and other related documents under the service agreement.
c. Should the agreement be cancelled for any reason by either party,
maintenance and updating of diagnostic tools shall be provided to the
Employer at the Contractor's cost without the need to purchase or lease
additional diagnostic devices, special tools or instructions from the original
equipment provider.
d. The Employer may request field and technical instructions be provided by
the original installation contractor or manufacturer for proper servicing by
other qualified elevator company personnel.

© 01 International W.L.L Electrical Traction Elevators


14200-44
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. The established cost plus profit, as previously specified, shall be applicable


for the life of the system.
1) If the equipment for fault diagnosis is not completely self-contained
within the controllers but requires a separate detachable device, that
device shall be furnished to the Employer as part of this installation
2). Such device shall be in possession of and become property of the
Employer.
12. Microprocessor Documentation
a. Provide and/or obtain complete information on systems' design, component
parts, installation and/or modification procedures, adjusting procedures and
associated computer conceptual logic circuitry and field connection.
b. Provide microprocessor upgrading and/or modifications to programs that
have been assigned to enhance the operation of the equipment for a period of
10 years after project approval.
13. Selector
a. A floor selector shall be part of the controller microprocessor.
b. Position determination in the hoistway may be through fixed tape in the
hoistway or by sensors fitted on each driving machine to encode and store
car movement.
c. Design the mechanical features and electrical circuits to permit accurate
control and rapid acceleration and retardation without discomfort. Include
absolute floor encoding, which upon power up, enable the elevator to move
to the closest floor to identify its position.
14. Provide an automatic stopping device and self-leveling system to insure that the car
lines up with each landing served with a tolerance of no more than plus or minus 1/4"
for all elevators under all conditions of load for both "up" and "down" travel.
a. The automatic self-leveling system shall correct for overtravel or undertravel
and rope stretch.
15. Rubber mats in accordance with BS 921 shall be provided in front of each controller.
H. Acoustic Provisions
1. General: The whole of the elevator assembly, including the opening and closing of the
car landing doors shall be quiet in operation and shall be free of rattling or squeaking
noises. Elevator door operation shall be smooth to avoid the transmission of impact
noise to the surrounding structure.
2. Noise and Vibration Limits: Noise levels resulting from the operation of the elevator,
including direct sound transmission, breakout noise and re-radiation of structure borne
noise, shall not exceed 50dB(A) (fast response) a 1 m from the elevator shaft.
Vibration level resulting from operation of elevators or escalators shall be less than
0.1 mm/s RMS in any occupied areas.
a. In addition, the total maximum noise levels arising from operation of the
elevator installation including direct sound transmission, breakout noise and
re-radiation of structure borne noise shall be no greater than the following
limits:
Areas Maximum Noise Levels, Lmax
Elevator Lobby 50 dB(A)
Elevator Cars 50 dB(A)

© 01 International W.L.L Electrical Traction Elevators


14200-45
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Elevator machinery noise levels under normal operating conditions shall not
exceed 75dB(A) Leq 1 min. and 80dB(A) Lmax@ a m inside the plantroom.
c. Vibration level resulting from operation of elevator installation shall be less
than 0.01 mm/s RMS on any elevator shaft external surfaces.
3. Elevators Machinery, Drive Mechanisms and Switchgear
a. Elevator machine rooms shall be provided with sound insulating doors of a
standard sufficient to ensure that the above noise criteria are met.
b. The specified "vibration severity quality grades" of BS4999: Part 142: 1987
shall define the maximum acceptable vibration of any part of all electrical
motors in any direction, due to all sources.
c. Vibration isolation shall be provided in the form of resilient mounts such that
electric motor drive assemblies shall have a natural frequency of not more
than 35 Hz.
d. Motors, drives, gear, switchgear etc. and all associated services shall be
isolated from the building structure with resilient mounts or other appropriate
flexible connections so as to ensure that the specified noise and vibration
levels are not exceeded.
e. The elevator motor shall be fitted with vibration isolation mountings having
a static deflection of at least 10 mm. Provision shall be made for the control
of vibration transfer via electrical conduit and other flanking paths. The
vibration isolation measures employed shall be sufficient to ensure that
structure borne noise resulting from the operation of the elevator machinery
is not audible in any occupied areas.
f. The motor set shall be fitted with vibration isolation mountings having a
static deflection of at least 25 mm. Provision shall be made for the control of
vibration transfer via electrical conduit and other flanking paths. The
vibration isolation measures employed shall be sufficient to ensure that
structure borne noise resulting form the operation of the motor generator set
is not audible in any occupied areas. Bolts through isolation pads to use
resilient washers and bushing. Not withstanding, elevator manufacturer to
supply their most effective isolation systems.
4. Elevators Car Construction: All elements of the elevator car construction shall be
sufficiently rigid to avoid generation of noise by panel excitation as a result of
movement. The total noise level in a moving elevator car shall not exceed 50dB(A)
with the ventilation system operating. The contribution from the ventilation fan to the
in-car noise level shall not exceed 45dB(A).
a. All fittings including lights and indicators shall be designed to limit noise.
Ride comfort shall be good and based on BS6841:1987 "Measurement and
Evaluation of Human Exposure to Wholebody Mechanical Vibration and
Repeated Shock."
5. Elevators Shaft: Rope holes associated with electric elevators shall be kept to a
minimum size and fitted with acoustically lined upstand tubes to limit noise
transmission from the motor room into the elevator shaft.
a. Guides for the elevator cars and counterweight shall be designed to ensure
smooth running and to minimize the generation of structure borne noise.
b. Trips and switches shall be selected to minimize impact noise transmission.
c. All penetrations of the elevator motor room and elevator shaft shall be fully
sealed to maintain the acoustic integrity of these construction.
6. Air Movement and Shaft Ventilation: Provision shall be made to provide relief for air
pumping. Differential air pressure during car movements shall be kept below levels
sufficient to cause noise generation at slots and gaps.

© 01 International W.L.L Electrical Traction Elevators


14200-46
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Elevators Sounders
Noise from elevator sounders shall not exceed the following, where applicable:
Home Landing 75dB(A)
Landing at typical office floor 60dB(A)
The above levels shall be measured at 3 m from the sounder using a sound meter set
to "fast" response. Adjustable sounders shall be provided.
8. Information to be supplied: Supply details of the noise levels resulting from the
following:
a. Elevator traction motors and controllers.
b. Inside elevator cars during movements (including noise from elevator
ventilation fans).
c. Elevator sounders to be used in office and home landings.
d. Noise levels on the upper and lower landings of the escalators.
e. Noise level from elevator sounders to be used in office and home landings.
The Contractor shall also submit:
a. Details of any noise control measures to be employed.
b. Details of all vibration control measures to be employed.
9. The Contractor shall carry out noise tests to demonstrate compliance with the
performance criteria specified in this specification.
a. Prior to commissioning of noise levels, the Contractor shall submit to the
employer's representative a method statement detailing the procedures for
carrying out the tests.
b. Allow adequate time for commissioning of noise levels and shall co-operate
with, and attend in the presence of the employer's representative or
representatives of the Architect during noise measurement work to confirm
that acoustic criteria have been met.
c. Noise measurement shall be made using a meter complying with "Type 1"
requirements of IEC651 standard. The meter shall be calibrated using an
acoustic calibrator, before and after all sets of measurements.
2.06 FIXTURES – The fixtures shall be in accordance to drawings
A. Main Car Operating Panel
1. Provide a full height main car operating panel on the inside return front panel of each
car as shown on the drawings.
2. The call buttons provided for each floor served shall cause the car to travel to the floor
on momentary pressure of the call button.
3. The call buttons shall become individually illuminated as they are pressed. The
button lights shall be extinguished as the calls are answered.
4. The panel shall include:
a. A call button for each floor served
b. Door open /door close button
c. "Alarm" button
d. "Emergency Stop" switch
e. Intercom station for hands-free operation – Provide square drill hole pattern
in swing front return without faceplate for speaker and microphone.

© 01 International W.L.L Electrical Traction Elevators


14200-47
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

f. LCD car position indicator with integral "overload" sign in a color to match
car call button illumination.
g. Card reader allocation and mounting provisions
h. The locked service cabinet, located below the car call buttons, shall be flush
and contain the key switches required to operate and maintain the elevator,
including, but not limited to:
1) Independent service switch
2) Light switch
3) Fan switch
4) Duplex receptacle
5) A port for hand-held service tool
6) Voice annunciation activation button
7) Emergency light test button or switch
i. Passenger Elevators – Swing front return type with only push buttons and
indicators protruding instead of individual floor call buttons.
j. Service Elevators – Flush mounted with hairline joint, swing type one-piece
faceplate with heavy duty concealed hinges.
B. Auxiliary Car Operating Panel: PE-01 to PE-09 and OPE-01-OPE-04
1. Provide an auxiliary car operating panel that contains those buttons and indicators
normally used by a passenger, i.e., call buttons, door open button, alarm button and
shall be of the same design, material and finish as the main operating panel.
C. Car Position Indicator
1. The position of the car in the hoistway shall be indicated by the illumination of the
position indicator numeral corresponding to the floor at which the car has stopped or
is passing.
2. LCD display shall have a 50 mm position indicator with direction arrow integral.
Mount LCD panel in the car operating panel without a separate faceplate.
3. The unit shall also incorporate a separate disappearing 25 mm high "overload" sign.
D. Hall Call Stations
1. Provide up and down buttons at intermediate landings and a single button at each
terminal floor.
2. The buttons shall become individually illuminated as they are pressed and
extinguished as the calls are answered.
3. Provide stainless steel faceplate with concealed fasteners for passenger elevators.
4. Provide stainless steel faceplate with tamperproof fasteners for Service elevators.
5. Include firefighter key switch and engraved firefighter instructions in the main lobby
level station for PTE-02, PTE-05, and VPE-01.
6. Include Hospital emergency key switch in hall call stations for PTE-01 to PTE-06 .
E. Car and Hall Call Buttons
1. The buttons shall become individually illuminated as they are pressed and
extinguished as the calls are answered.
2. Provide stainless steel with illuminating center jewel.
3. The call buttons shall have red LED call registered lights.

© 01 International W.L.L Electrical Traction Elevators


14200-48
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Hall Lanterns – Passenger Elevators


1. Provide a visual and audible signal at each entrance to indicate which car shall stop in
response to the hall call. The lanterns with up and down indications at intermediate
landings and a single indication at each terminal landing shall sound once for the up
direction and twice for the down direction. Provide adjustable signal time (3 to 10
seconds, with 1 second increments) to notify passengers which car shall answer the
hall call.
a. Passenger Elevators – 75 mm x 75 mm solid plexiglass up and down lens,
projecting a minimum of 10 mm beyond the faceplate.
2. The lantern shall have an electronic chime with adjustable sound volume.
G. Car Lanterns – Service Elevators
1. Provide a lantern with visual and audible signal in the edge of both return post. The
lens shall project a minimum of 6 mm and shall be of solid plexiglas. Use
tamperproof screws and mount stainless steel No. 4 finish faceplate flush with hairline
joint.
2. Car lantern shall indicate the direction of car when doors are 3/4 open.
3. The unit shall sound once for the "up" direction and twice for the "down" direction.
4. The lantern shall have an electronic chime with adjustable sound volume.
H. Emergency Lighting Fixture
1. Provide an emergency lighting system to power the selected cab light and mechanical
ventilation for at least four (4) hours.
2. Arrange two of the cab light fixtures to operate as the emergency light system.
3. Provide nickel cadmium batteries and a charger and mount the power pack on top of
car.
4. Arrange for completely automatic operation when normal power is interrupted.
I. Remote Monitoring Panel
1. Provide a remote elevator monitoring panel in the Fire Command Center (FFC) at the
Home landing.
2. The remote panel shall include:
a. Elevator management information system (EMIS).
b. A three (3) position (car to lobby/ on/off) switch for each car.
c. An LED position indicator with travel direction arrows for each car.
d. Master intercom station.
e. Card reader "security/by-pass" switch (refer to security specifications).
3. The panel housing the key operated switches, controls and a 3 mm thick stainless steel
faceplate. The switch positions, legends and labels shall be directly engraved to the
panel.
4. The desk type interactive computer-based elevator management information system
(EMIS):
a. A multicolor high resolution CRT with a 350 mm screen, keyboard, personal
computer with mass storage devices, a dedicated letter quality printer in the
concierge desk.
b. A CRT in each machine room.
c. Serial communication ports, parallel printer ports, power supply and "site"
wire termination shall also be provided.
d. Coordinate space and design requirements with other trades.

© 01 International W.L.L Electrical Traction Elevators


14200-49
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. The monitoring CRT's shall be capable of displaying the information in graphic or


tabular displays as follows:
a. Graphic Status Display: Display of an elevation representation of every car
in a group shall show for one group at a time.
1) Floor status
2) Group operational mode
3) Car status
4) Hall calls
5) Date and time, building and group identification
b. Tabular Status Display: The information as indicated above except for
registered hall and car calls and floor security status shall be displayed on
screen simultaneously for all groups connected to the EMIS for tabular
format.
c. Elevator Alarm and Event Data Display: EMIS shall monitor various discrete
signals from the elevator system and retain a log of up to the last 200
alarms/events. An audible alarm with adjustable volume and silencer shall
sound at each alarm condition.
d. Security Display and Operation: The system shall display one group at a time
and from the keyboard shall allow modification of the security status of the
car in the group, including floors the car is allowed to serve, floors that the
car is secured from serving and floors that are cut out from having hall calls
registered from them.
6. Interactive Elevator Operations Display and Control: The ability to use the keyboard
to initiate and display interactive elevator operations, including, but not limited to, the
following shall be provided:
a. Display faults and events
b. Alarm messages
c. Car and hall calls
d. Modifications of some elevator parameters such as door times, etc.
e. Any other special operations.
7. Performance Monitoring Display: The ability to view and print performance data for
each group connected to the EMIS shall be provided. The following screens shall be
provided:
a. The car operation's screen showing the number of door operators, door
reversals and car runs.
b. The car timing averages screen, showing averages for flight time, door
opening and closing.
c. The hall calls screen shall show per group basis the number of hall calls in
each direction broken down into the number answered in specified intervals.
d. The landing summary screen.
e. Any additional screens required.
8. Traffic Analysis Display: The capability shall be provided to view various reports
generated from the data. Using the program provided for viewing, the dedicated EMIS
PC may be used for viewing if the EMIS program is exited.
a. The following information for each group shall be shown in reports:

© 01 International W.L.L Electrical Traction Elevators


14200-50
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1) Total number of hall calls (up/down)


2) Average waiting times (up/down)
3) Maximum wait and time at which it occurred
4) Number of car calls per car
5) Number of hall and car calls per landing (up/down)
6) Average waiting time per landing
7) Histogram of registration times
8) Performance records: For preset, adjustable time intervals, for each
car, a summary will be given of the number of door operations and
car runs and averages will be given of flight times and door times
9) Record of every car and hall call registered
10) Record of all events and alarms.
9. As an extension of the EMIS system, provide a CRT with a 350 mm screen in the
Building Management Office in the location shown on the design drawings. Arrange
and configure the screen in a single page format to simultaneously display the
following information on all elevators:
a. Status (in service/out of service)
b. Location and travel direction
c. Alarm conditions
d. Card reader "Secure/by-pass" switch (refer to security specifications)
J. Fixture Attachment, Finish and Design
1. Graphics shall be selected by the employer's representative.
2. Refer to drawings for other design requirements. Where no special design is shown
the faceplates shall be 100 mm wide by 300 mm high by 3 mm thick stainless steel
with No. 4 satin finish, hand rubbed long grain.
3. Mount passenger elevator fixtures with concealed fasteners. The screw and key switch
cylinder finishes shall match faceplate finish. Service elevators shall have
tamperproof fasteners.
4. Where key-operated switch and or key operated cylinder locks are furnished in
conjunction with any component of the installation, four keys for each individual
switch or lock shall be furnished, stamped or permanently tagged to indicate function.
2.07 PERFORMANCE AND DESIGN REQUIREMENTS
A. Passenger elevators shall be adjusted to meet the following performance requirements:
1. Speed: within 95 to 105% of rated speed under any loading condition.
2. Leveling: within 6 mm under any loading condition.
3. Typical Floor-to-Floor times: Recorded from the doors start to close on one floor until
they are 3/4 open at the next:
4. Passenger Elevators: 8.5 seconds.

© 01 International W.L.L Electrical Traction Elevators


14200-51
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Door Operating Times:


Opening Closing
900 mm single speed center opening 1.5 sec. 2.2 sec.
1000 mm single speed center opening 1.6 sec. 2.3 sec.
1100 mm single speed center opening 1.8 sec. 2.5 sec.
1500 mm two speed center opening 2.5 sec. 3.0 sec.
1300 mm two speed side opening 3.3 sec. 5.0 sec.
Door dwell time for hall calls 4.0 seconds
Door dwell time for car calls 3.0 seconds
B. Maintain the following ride quality requirements for the passenger elevators:
1. Up to 7.0 mps operating speed, the speed of the car roller guides shall not exceed 500
rpm.
2. Noise levels inside the car shall not exceed the following:
a. Car at rest with doors closed and fan off - 40 dBa.
b. Car at rest with doors closed, fan running - 55 dBa.
c. Car running at high speed, fan off - 50 dBa.
d. Door in operation - 60 dBa.
3. Side to side, front to back and vertical peak to peak acceleration, measured in either
travel direction, shall not exceed 12 milli-g based on ISO/A95 readings taken by the
PMT accelerator.
4. Amplitude of acceleration and deceleration shall not exceed 1.35 m per second, per
second. A sustained jerk shall not be more than twice the acceleration.
C. Design Requirements
1. Design, select and provide elevator hoisting machines, hoisting ropes, motors, drive
systems, frames, platforms, governors and safeties for the specified cab interior
(decorative) finish weights applied to the cab provided by Sub-contractor.
2. SE-01 through SE-08 shall be designed for Class C3 freight loading as described in
the ASME Code. Reinforce the platform, sling, rails, etc. for this loading. Show this
reinforcement on the shop drawings.
2.8 SPECIAL REQUIREMENTS
A. Handicapped Requirements
1. Locate the alarm button and floor control buttons as shown on the drawings.
2. Provide raised markings in the panel to the left of the floor and control buttons.
Letters and numbers shall be a minimum of 15 mm high and raised .75 mm and shall
be formed by engraving a circular space that surrounds the marking.
3. The centerline of the hall pushbutton station shall be 1100 mm above the floor.
4. Provide floor designations on both entrance jambs, 60 mm high, raised 1 mm and at
1200 mm above the finished floor.
5. The hall lanterns or cab lantern shall sound once for the "up" direction and twice for
the "down" direction.
6. Provide an audible signal as an integral component of the car position indicator to tell
passenger that the car is stopping or passing a floor served by the elevator.

© 01 International W.L.L Electrical Traction Elevators


14200-52
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

7. Voice Annunciator System


a. Provide a voice annunciator in each elevator with an activation button behind
locked service cabinet.
b. Coordinate size, space and design with Designer and other trades. The
system shall include, but not be limited to:
1) Solid state digital speech annunciator
2) A recording feature of customized messages
3) Playback option
4) Built-in voice amplifier
5) Master volume control
6) Audible indication for floor status or position, direction of travel
and nudging.
c. Locate all associated equipment in a single, clearly labeled enclosure located
either in the machine room and/or on the car top.
B. Intercom
1. Provide an intercommunication system for all passenger and service elevators. The
system shall provide two-way multi-path communication between all elevator car
stations.
2. The system shall have the following stations:
a. A car station in each elevator. A master station in each elevator machine
room. A master station in the Building Management Office.
3. The car station shall have a loudspeaker and a microphone to provide hands-free
communication. The station shall be installed behind the car operating panel. Refer to
design drawings.
4. Provide the master stations with selector push buttons, annunciator lights for each
connected station, speaker/microphone, volume control and function buttons. Install
the master station in corresponding remote monitoring panel. All other master stations
shall be desk mounted. The machine room master stations shall be equipped for
communication with the other master stations and any elevator in that group. The
remote monitoring master station shall communicate with their respective stations in
the system.
5. A call shall be placed from the elevator car station by pressing the emergency call
button. This action shall cause the lamp in the corresponding button of all the
designated master stations to flash and an intermittent tone to be heard. When the
incoming call is answered, the flashing light shall go to a steady condition.
Disconnection of a call is simply done by depressing the designated car button once,
thereby unlocking it and extinguishing the lamp. If a call request is placed during a
conversation, it shall be indicated by a flashing light and short tone of every
designated master station. When the original conversation is completed, the normal
intermittent tone shall resume.
6. A master station shall be connected to any of the designated car stations by depressing
the corresponding call button. The lamp in the button shall be illuminated while the
button is depressed. In the car station an audible tone shall be emitted and immediate
communication is established. The call shall be ended by depressing the button a
second time, disconnecting the circuit.
7. The master stations shall call any other master station by depressing the
corresponding call button. The button shall lock in its down position and the lamp
shall be lit with a steady light. At the called master station, a short tone shall be sent
out and the lamp in the button corresponding to the "calling" party shall be lit. After
the tone, immediate communications is established..

© 01 International W.L.L Electrical Traction Elevators


14200-53
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

8. On all no-called master stations, the lamps corresponding to the calling and called
stations shall be illuminated as an indication that those stations are busy. By this it
shall be also indicated that the speech channel is busy.
9. Provide all wire, conduit, fittings, etc., for the system. Location of the stations, in the
specified rooms, shall be directed by the employer's representative. The intercom
system shall include the following features:
a. Test button to verify audio circuit path
b. All call buttons to initiate a call to all cars in the systems.
c. Priority button in the remote monitoring panel stations.
C. Elevator Security Interface Requirements
1. Card Reader Control of Selected Elevators
a. All elevators shall be card reader controlled by the security system.
b. The elevators shall be card reader controlled by the security system on an
individual floor programmable basis allowing the user to access only those
floors for which their access card is programmed.
1) The ground floor shall always be available without the need of an
access card.
c. The security system shall provide for control of the elevator on a time
programmable basis allowing access to certain floors/doors to be card reader
controlled while allowing free access to other floors/doors at the same time.
d. When an elevator is in the card reader control mode of operation, the
elevator user shall be required to hold their access card up to a card reader
mounted on the elevator return panel and push the desired floor/door select
button, even while in manual mode of operation.
1) The elevator control system shall light the select button from the
time of authorized floor/door selection until the elevator reaches the
selected floor.
e. To place the elevator in the card reader controlled mode of operation, a
maintained contact closure (provide by the security system) shall be
established across a pair of elevator controller terminals (provided by the
Elevator Contractor.
f. To provide for card reader control of elevators, the application of a dry
contact open and/or closed (provided by the security system) across a pair of
terminals per floor or door per elevator (provided by the Elevator Contractor)
shall enable the selection of the authorized floor/door select buttons in the
elevator.
1) When the elevator is in the card reader controlled mode, the
contacts provided by the security system shall be open and shall
close for five seconds upon reading a valid card to allow the floor to
be selected and the call for that floor registered.
2) When the elevator is in the non-reader controlled mode, the contacts
shall be closed, allowing the floor to be selected without a card
reader.
1. Card Reader and Remote Control of Elevators VPE-01, VPE-02, CSSE-01, and
CSSE-02 Hall Call Buttons.
a. Card readers will be required at the hall call stations at levels B3 and B2 for
VPE-01 and VPE-02; and at levels 1 and 2 for CSSE-01 and CSSE-02.

© 01 International W.L.L Electrical Traction Elevators


14200-54
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. When the hall call button is in the card reader controlled mode of operation,
the elevator user shall be required to hold an access card up to a card reader
mounted adjacent to the hall call station to enable activation of the hall call
button.
1) The acknowledging light shall illuminate the time of authorized
activating until the elevator arrives.
c. The security system shall provide for card reader control of the elevator hall
call button on a time programmable basis.
d. To provide for card reader control of the elevator hall call button, provide a
pair of terminals such that the application of a dry contact closure across
those terminals by the security system shall enable the activation of the hall
call button.
e. When the hall call station is in the card reader controlled mode, the security
system shall place a closure across the contacts for five seconds upon reading
a valid card to allow for activation of the button.
f. When the hall call station is in the non-reader controlled mode, the security
system shall maintain a closure across the contacts allowing the hall call
button to be selected without a card read.
2. Monitoring of Elevator Duress Alarm Buttons
a. The security system shall provide auxiliary monitoring of the duress alarm
buttons in each elevator.
b. Activation of an elevator duress button shall cause an alarm indication on the
security system operator’s terminal.
c. To provide for monitoring of the elevator duress alarm button, provide a pair
of terminals per elevator such that when the duress button is activated, a
normally closed dry contact across those terminals shall open and remain
open for as long as the duress button is activated.
4. CCTV Camera Surveillance of Elevators
a. To provide for camera surveillance of all service elevators, a camera shall be
installed in each elevator in a corner-mounted housing.
b. To provide for surveillance of passenger elevators, a camera shall be
installed above the elevator cab in a flush mounted housing.
5. Bypass Keyswitch Override: Provide a keyswitch for each reader controlled elevator
in the main elevator control panel to bypass the reader controlled elevator function
and return the elevator to normal operation.
6. Firemen’s Override: Firemen’s override and automatic recall functions shall bypass
all security elevator control functions.
7. System Interface
a. To provide for elevator / security system interface and a terminal cabinet in
each elevator machine room. The terminal cabinet shall contain all terminals
required to interface the elevators served by the machine room to the security
system.
8. Submittals
a. Submit product specifications, fabrication shop drawings, and wiring
diagrams of the following:
1) Elevator / Security interface terminal cabinet
2) Card reader installation, CCTV camera installation, Traveling
Cables

© 01 International W.L.L Electrical Traction Elevators


14200-55
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

9. Interface Terminal Cabinet


a. The interface terminal cabinet shall be a lockable continuous hinge cover
NEMA Type 4 enclosure.
b. The cover of the enclosure shall be labeled to identify its function.
c. Dual screw barrier type terminal strips shall be provided within the interface
terminal cabinet.
1) Terminals shall be provided for each interface point.
2) All terminals shall be labeled to identify their function.
10. Traveling Cable
a. The card reader interface traveling cable shall be one (1), twelve (12)
conductor 20 gauge stranded, low voltage cable with an overall braided
shield and drain wire.
b. The CCTV camera interface traveling cable shall be two (2), RG-59U
stranded center conductor coax cables and one (1), two (2) conductor 20
gauge stranded, low voltage cable with an overall braided shield and drain
wire.
c. All security interface traveling cables shall be located in the elevator control
traveling cable and shall be isolated from other traveling cables used to carry
high voltage alternating current circuits.
11. Bypass Keyswitch
a. The bypass keyswitch shall be a maintained contact type keyswitch with the
key removable in either the bypass or normal position. All bypass
keyswitches shall be keyed alike.
b. Each bypass keyswitch shall be labeled to identify its function, the secure
position, and the bypass position.
12. Interface Terminal Cabinet Installation
a. Install the interface terminal cabinet within the elevator machine room in a
readily accessible location no more than 6'-0" AFF.
b. Provide any control logic and relays that will be required to interface the
elevator control system to the dry contact closures (rated for 1 AMP at 24
VDC) provided by the security system.
c. Provide interconnect wiring form the elevator control system to the interface
terminal cabinet.
d. The security contractor shall wire from the security system to the interface
terminal cabinet.
13. Card Reader and CCTV Camera Installation
a. The card reader and CCTV camera shall be provided by the security
Contractor and installed by the Elevator Contractor.
1) The security contractor shall provide supervision, wiring details and
installation diagrams to the Elevator Contractor.
b. The exact card reader and CCTV camera locations shall be specified by the
Engineer.
14. Traveling Cable Installation
a. Traveling cables for card reader interface shall extend from the elevator /
security interface terminal cabinet in the elevator machine room to behind the
elevator return panel.

© 01 International W.L.L Electrical Traction Elevators


14200-56
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

b. Terminate the cables including the drain wire to dual screw barrier terminal
strips in the interface cabinet and provide 6 feet of excess cable behind the
elevator return panel.
c. The Elevator Contractor shall be responsible for connecting the cable behind
the return panel to the card reader under the direct supervision of the security
contractor.
d. Traveling cables for the CCTV camera shall extend from the elevator /
security interface terminal cabinet in the elevator machine room to the top of
the elevator cab. Provide an excess loop of 10 feet of cable at each end.
15. Conduit, Power and Wiring
a. Provide all conduit, power and wiring required for the installation of the
terminal cabinet, traveling cables and interfacing to the elevator control
system.
b. Provide one (1) 120V duplex unswitched outlet dedicated to security on top
of each elevator equipped with CCTV camera.
c. The security contractor shall provide all wiring from the interface terminal
cabinet to the security system.
16. Automatic Bypass of Card Reader Control of Elevators
a. The card reader control of elevators shall be automatically bypassed by the
security system upon a fire alarm condition. To provide for automatic
bypass, the fire alarm contractor shall provide a normally closed dry output
contact from the fire alarm system. Upon a fire alarm condition, the contact
shall open the elevator system shall bypass the card reader control of
elevators. The contact shall remain open until the fire alarm system is
manually reset.
17. System Interface
a. To provide for interfacing the dry contact output from the fire alarm system
to the elevator system. The fire alarm contractor shall provide an interface to
the elevator system for card reader controlled Elevators.
2.09 CAR ENCLOSURES
A. General
1. The design, materials and finishes of the cab enclosures shall be as specified here in
after. Comply with all requirements of Section 04400: Stone Work.
2. Steel Shell: Not less than 14 swg furniture steel reinforced and designed to accept
stainless steel wall panels. Finish shell panels with one coat of rust inhibitive primer
and two coats of enamel paint. Apply 3 mm thick, rubberized sound deadening
material to the hoistway side of the shell.
a. All panels shall have minimum radii. Apply sealant beads to panel joints
before bolting together with lock washers.
3. Wood Shell: Not less than 19 mm thick particleboard with backing laminate at both
sides designed to accept stainless steel finish wall panels. Apply 26 swg sheet steel or
fire proofing compound to the hoistway side of the shell.
4. Canopy: Canopy construction methods shall match the shell walls. Use 12 swg
furniture sheet steel and adequately support canopy to comply with the loading
requirements of the Code.
a. Provide necessary cutouts for the installation of fan and top emergency exit.
Arrange exit panel to swing up using a heavy duty piano hinge.
b. The exit panel shall have dual locks, necessary stops and a handle. When in
the locked position, the panel shall be flush with the interior face of the
canopy with hairline joints.

© 01 International W.L.L Electrical Traction Elevators


14200-57
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Base: Where finished base is provided under another section of these specifications,
recess and prepare the shell to accept the base.
a. Provide concealed vent slots above side and rear wall base for proper
ventilation. Arrange and size vent slots for quiet operation without any
whistling. Use 16 swg baffles to protect the hoistway side of the vent slots.
6. Flooring: Recess and prepare sub-flooring and provide 20mm thick granite stone
flooring.
7. Front Return Panels, Entrance Posts and Transom: Use not less than 14 swg furniture
sheet steel with proper reinforcing to prevent oil canning.
a. Swing front return panels shall have required cutouts for the car call buttons,
keyed switches, indicators, emergency light fixture, cabinets and the
specified special control and signaling devices.
1) Provide concealed full height stainless steel piano hinges of
sufficient strength to support the panel, without sagging, in the open
position.
2) The concealed locks shall secure the panel at two points with
linkage that shall be free of vibration and noise when in the locked
position.
3) When locked in the closed position, the front return panel shall be in
true alignment with the transom and base.
4) Lock release holes shall be not more than 1/4" diameter and be
located at the return side (jamb) of the panel.
5) Engrave the elevator identification number and capacity, no
smoking sign, firefighter instructions, and other code mandated
instructions and caution signs directly in the front return panel.
Applied panels are unacceptable.
b. Transom shall be not less than 14 swg, and be reinforced and constructed the
same as the front return panels.
c. Construct entrance posts for the passenger elevators from 12 swg sheet steel
and reinforce to maintain vertical alignment with the adjacent panels.
e. Provide channel post entrance jambs for the service elevators. Clad channels
with not less than 14 swg sheet steel and thru bolt channels to the floor and
to the reinforced header section.
8. Cab Doors: Standard 25 mm, not less than 14 swg hollow metal flush construction,
reinforced for power operation and insulated for sound deadening. Paint hatch side of
doors black and face cab side with not less than 16 swg sheet steel in selected material
and finish.
a. The door panels shall have no binder angles. All welds shall be continuous,
ground smooth and invisible.
b. Drill and reinforce doors for installation of door operator hardware, door
protective device, door gibs, etc.
9. Ceiling: Construction techniques for wall panels shall apply to ceiling panel
construction. Locate top emergency exit inconspicuously. Construct and mount the
exit panel to prevent light leakage around the perimeter of panel.
10. Ventilation: The ventilation system of the exhaust type shall be provided in each
elevator.

© 01 International W.L.L Electrical Traction Elevators


14200-58
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. The system shall include a blower driven by a direct connected motor and
mounted on top of car with isolation to effectively prevent transmission of
vibration to the car structure. The blower shall have not less than two
operating speeds. The ventilation system shall be sized to provide 1.0 air
change per minute at low speed and 1.5 air changes per minute at high speed.
The unit design and installation shall be such that the maximum noise level,
when operating at high speed, shall not exceed 55 dBA approximately three
feet above the car floor. A three-position switch to control the blower shall
be provided in the car station.
b. The fan or blower shall start upon the pressing of a car or landing call button
and shall stop a predetermined time (approximately 2 minutes) after the car
has answered the last registered call.
c. VPE-01 and VPE-02 shall have manufacturer's standard air conditioning
unit.
1) Locate the A/C unit within the top shroud.
2) Provide a thermostat control in the service cabinet of the elevator.
3) The unit shall be the self-contained type, use rotary compressor
mounted on sound isolators and include a condensate evaporator.
11. Lighting: Arrange lighting fixtures and ceiling assembly to provide even illumination
without hot spots and shadows. Overlap fluorescent lamps where cove lighting is
specified.
a. Design and configure lighting system to facilitate maintenance of the
fixtures.
b. Elevators shall have not less than 40 foot candle illumination at 1200 mm
above the finished floor with the doors closed.
12. Handrails: All attachment hardware shall match the selected handrail and shall permit
handrail removal from within the cab.
a. Provide a minimum of not less than 10 swg plate at the hatch side of the
shell, aligned with the handrail attachment points, to assure secure handrail
mounting.
b. Design handrail attachment system to support the weight of a person (115
kilograms) sitting on it without any deflection and damage to the handrail,
cab panel and the shell.
c. Provide 32mm dia Stainless steel handrail.
13. Protective Pads and Pad Hooks: Provide pad hooks at locations as directed by the
Architect. Protective pads shall cover the front return panels, and the side and rear
walls. Provide cutouts in pads for access to the cab operating and signaling devices.
Pads shall be fire-resistant canvas with two (2) layers of cotton batting padding.
a. Identify each pad by elevator number and wall location.
14. Accessories
a. Construct elevator cab to accommodate the door operator, hangers, interlocks
and all accessory equipment provided under other sections of these
specifications, including firefighter phones, card readers and CCTV.
15. All cab materials shall conform to the code prescribed flame spread rating and smoke
development requirements.
B. Fabrication and Installation
1. Maintain accurate relation of planes and angles with hairline fit of contacting panels
and/or surfaces.

© 01 International W.L.L Electrical Traction Elevators


14200-59
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Any shadow gaps (reveals) between panels shall be consistent and uniform.
3. Unless otherwise specified or shown on the drawings, for work exposed to view use
concealed fasteners.
4. Maximum exposed edge radius at corner bends shall be 2mm. There shall be no
visible grain difference at the bends.
5. Form the work to the required shapes and sizes with smooth and even curves, lines
and angles. Provide necessary brackets, spacers and blocking material for assembly
of the cab.
6. Interior cab surfaces shall be flat and free of bow or oil canning. The maximum
overall deviation between the low and high points of 600 mm x 600 mm panel section
shall not exceed .8 mm.
7. Make weights of connections and accessories adequate to safely sustain and withstand
stresses to which they will be subjected.
8. All steel work except stainless steel and bronze materials shall be painted with an
approved coat of primer and one (1) coat of baked enamel paint.
9. Mock-up to be ready for review and approval before fabrication can proceed. Enough
time should be allowed by sub-contractor to allow the employer's representative at
thorough review of materials and workmanship.
C. Passenger Elevators
1. Passenger elevators will carry an allowance of $30,000 per elevator for a cab.
D. Service and patient transport elevators
1. Lower Wall Panels: Full-height, 6 mm thick diamond tread aluminum wainscoting on
all walls. Mount panels with countersunk stainless steel screws. The wainscoting
shall be demountable from within the car.
2. Provide vent slots as shown on the drawings.
3. Canopy: Paint canopy with a coat of primer and one coat of enamel paint.
4. Front Return Panels and Transom: Stainless steel with No. 4 finish.
5. Cab Doors: Stainless steel with No. 4 finish.
6. Lighting: Provide six (6) down lights with compact fluorescent lamps. The light
fixture shall have aluminum alzak reflector.
7. Flooring: Provide floor covering in 6 mm thick aluminum diamond tread flooring.
8. Handrails: Double row of 150 mm x 10 mm stainless steel bars at 300 mm and 900
mm above floor on side and rear walls. Mount rails to cabs at 300 mm on centers and
arrange them to be removable from within car. Suitably reinforce cab panel to provide
for secure handrail mounting.
2.10 ALTERNATES
A. Value Engineering Alternate
1. It is understood that the base specified reflects minimum standards. The Cost
Alternate allows individual contractors to suggest special performance criteria which
may be of interest to the Employer and may reflect a degree of quality above the
requirements of the base specification. Voluntary alternate prices are acceptable as a
deviation from, Not a Substitution For, the basis of bid work of this bid package. In
order to submit a voluntary alternate, the following must be provided at the time of
the bid.
a. A complete bid reflecting the requirements for the base specification. All
alternates must be accompanied with pertinent data, technical documentation
and reference/installation for review. Along with the pricing for voluntary
alternates submit the maintenance prices for each.

© 01 International W.L.L Electrical Traction Elevators


14200-60
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.11 WARRANTY PERIOD


A. The Sub-contractor shall provide a warranty period of 10 years at the end of the 12 month
Defects Liability Period in accordance with the specimen form of Sub-contractor warranty to
the Employer.

PART 3 - EXECUTION
3.01 INSPECTION
A. Study Sub-contractor Tender documents with regard to the work as shown and required so as
to insure its completeness. Examine surface and conditions to which this work is to be attached
or applied, and notify Employer's representative in writing, if conditions or surfaces are
detrimental to proper and expeditious installation of work. Starting the work shall imply
acceptance of surfaces and conditions to perform the work as specified. Verify, by
measurements at job site, dimensions affecting work. Bring field dimensions which are at
variance with those on accepted shop drawings to attention of Employer's representative.
Obtain decision regarding corrective measures before start of fabrication of items affected.
Cooperate in coordination and scheduling of the work of Sub-contractor with the work of
Others so as not to delay job progress.
3.02 INSTALLATION
A. Install elevator, using skilled workmen in strict accordance with final accepted shop drawings
and other submittals. Comply with code, manufacturer's instructions and recommendations.
Coordinate the work with the work of other trades for proper time and sequence to avoid
construction delays. Use lines and levels to ensure dimensional coordination of the work.
Accurately and rigidly secure supporting elements within shaft ways to the encountered
construction within tolerances established. Erect guide rails plumb and parallel to a tolerance
of plus or minus 1.5mm. Install rails so that joints do not interfere with brackets. Set entrance
plumb in Hoistway and in alignment with guide rails prior to erection of front walls. Arrange
door tracks and sheaves so that no metal to metal contact exists. Reinforce Hoistway fascias to
allow not more than 13mm of deflection. Pack openings around oil line with fire resistant,
sound isolating glass or mineral wool. Install elevator cab enclosure plumb on platform and
align cab entrance with Hoistway entrances. Sound isolate cab enclosure from car structure.
Allow no direct rigid connections between enclosure and car structure and between platform
and car structure. Isolate cab fan from canopy to minimize vibration and noise. Remove oil,
dirt and impurities and give a factory coat of rust inhibitive paint to all exposed surfaces of
struts, hanger supports, covers, fascias, toe guards, dust covers and or ferrous metal. Prehang
traveling cables for a least 24 hours with ends suitably weighted to eliminate twisting. Provide
isolation pad between platen head and car structure. Mount operating fixtures with tamper
proof screws unless specified otherwise. Coordinate fixture material and finishes with
Engineers and Design Consultants. Adjust passenger elevators to meet performance
requirements. Provide and install motors, switches, controls, safety and maintenance and
operating devices in strict accordance with submitted wiring diagrams and applicable codes
and regulations having jurisdiction. After installation touch up, in field, surfaces of shop
primed elements which have become scratched or damaged. Lubricate operating parts of
system as recommended by manufacturer.
3.03 PROTECTION AND CLEANING
A. Adequately protect surfaces against accumulation of paint, mortar, mastic and disfiguration or
discoloration and damage during shipment and installation. Upon completion, remove
protection and thoroughly clean work and have it free from discoloration, scratches, dents and
other surface defects. Finished installation shall be free of defects. Before final completion and
acceptance of building, repair and/or replace defective work, to satisfaction of Engineers and
Design Consultants and Employer at no additional cost.

END OF SECTION

© 01 International W.L.L Electrical Traction Elevators


14200-61
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 14580
PNEUMATIC TRANSPORT SYSTEM

PART 1 - GENERAL
1.01 SUMMARY
A. General: Provide a Pneumatic Tube System (PTS) in accordance with the requirements of the
Contract Documents.
B. The PTS work includes, but is limited to a 62-station, 150 mm diameter, computer-controlled
PTS that is configured into six (6) zones. The system will have 3 more stations in the future.
1.02 RELATED WORK BY OTHERS SPECIFIED ELSEWHERE
A. Architectural enclosure of the stations and vertical tube risers.
B. Removal and replacement of ceilings, if and when required.
C. Sleeve openings through walls and floor.
D. Cutting, core drilling, patching or painting of walls, floors or ceilings required by the
installation.
E. Access panels for servicing the PTS.
F. Electrical power with emergency power provisions as follows:
1. 240/415 volt, 50 hertz, 3-phase power source and fused disconnect to support a 10 HP
motor within five feet of the blower package.
2. 240 volts, single phase, 50 hertz power source at each station, diverter and blower
package.
3. 240 volt, single phase, 50 hertz power source at the computer control area. This
power source shall be uninterrupted and dedicated.
4. Temporary power during the installation and testing of the system.
G. Safe and dry storage area for all materials at the job site during installation.
H. Clean off plaster, mortar and other debris on/in pneumatic tube equipment resulting from
activities of other trades.
I. Repair or replace any damage to pneumatic tube equipment resulting from activities of other
trades.
J. Ventilation and cooling system for the PT room and control area.
K. Signal wiring from fire alarm system to a junction box in the Pneumatic Tube Room at B2
Level.
1.03 QUALITY ASSURANCE
A. Basis of Design: When particular manufacturers' materials, products or processes are specified
for an item of Work, any one thereof is acceptable for the Contractor to choose. An alternative
material, product or process will be considered if the Contractor submits a written substitution
request together with such information as may be necessary to assist the Employer's Engineer's
representative in determining whether the proposed substitution is acceptable; the burden of
proof rests solely upon the Contractor.
B. Qualified Manufacturer/Installer: The work shall be performed by a company specialized in the
business of manufacturing, installing and servicing pneumatic tube systems required by these
specifications with a minimum of ten (10) years experience. The Contractor shall manufacture,
install, test, turn over and warrant the system.
1. Prior written acceptance is required for manufacturers other than the ones listed,
before quoting this project. Requests for acceptance will not be considered unless they
are submitted before bid date and are accompanied by the following information:

© 01 International W.L.L Pneumatic Transport System


14580-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

a. List of five (5) similar hospitals with over 250 beds having exact equipment
being proposed for this project arranged to show name of project, system
description and date of completed installation.
b. Complete literature, performance and technical data describing the proposed
equipment.
c. A reference list identifying the projects in the GCC meeting this
specification.
d. Location of closest service office from which PTS will be maintained.
e. Location of closest parts inventory for this installation.
C. The approved manufacturers for the pneumatic tube system are
1. Swisslog TransLogic
2. Approved equal
D. Regulatory Requirements: Comply with applicable requirements of the laws, codes (IBC –
Latest Edition), ordinances and regulations of authorities having jurisdiction. Obtain necessary
approvals from authorities having jurisdiction.
E. Tender Documents: The tender documents shall include:
1. Manufacturer/Installer’s location, size and capabilities of manufacturing facilities,
quality control programs, user and maintenance personnel training programs and
facilities, location and telephone number for the offices responsible for design,
engineering, installation, maintenance, spare parts, and as appropriate to support the
proposal offered. Similar data shall be provided for any subcontractor who would
provide content in excess of 10% of the base cost of the installed product.
2. CV’s of the Manufacturer’s local service technician located in the GCC.
3. A list of five hospitals over 250 beds currently using a system equivalent to that
specified to transport venial and arterial blood specimens, non blood specimens and
blood products. Include contact information for the listed hospitals.
4. A response to each paragraph of the General Conditions and Specifications. The
response shall also include any clarifications and exceptions to the PTS contract
documents.
5. A technical proposal submission including a schematic riser diagram and complete
engineering and technical data for the system components to be provided.
6. An installation schedule.
7. Provide a recommended spare parts list showing the quantities of each part hat should
be stocked on site to support the system on an ongoing basis. Include unit prices.
8. System Simulation: At the time of tender, provide a system simulation for the base
system and any alternate proposals that demonstrate the system can process 300
transactions per hour. Include a copy of the matrix of projected transactions used for
the system simulation. The simulation results shall include the following:
a. Average and maximum wait times for each zone.
b. Average and maximum carrier transaction times for the total system.
c. The number and percentage of transactions with wait times over 30, 60, 90
and 120 seconds.
9. A sample of the side-opening carrier and inserts to be provided with the system.
10. Samples of the training and maintenance manuals to be provided with the

© 01 International W.L.L Pneumatic Transport System


14580-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

F. Quality Control
1. Provide a full and complete quality control plan covering all components, assemblies
and final installed equipment for the Employer's Engineer's approval. No work shall
commence without Employer's Engineer's approval. The supplier / installer are to
ensure compliance to approved plan.
2. Outline all quality control steps and provide the Employer Engineer with complete
and updated copies of documentation every week during installation.
G. Pre-Installation Meeting: Prior to the start of the Work, meet at the Project site to review
methods and sequence of membrane installation, special details and conditions, standard of
workmanship, testing and quality control requirements, job organization and other pertinent
topics related to the Work.
1.04 REFERENCE STANDARDS
A. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings.
B. ANSI A117.1 - Buildings and Facilities - Providing Accessibility and Usability for Physically
Handicapped People.
C. ANSI/AWS D1.1 - Structural Welding Code, Steel
D. ANSI/NFPA 70 - National Electrical Code
E. ANSI/NFPA 80 - Fire Doors and Windows
F. ANSI/UL 10B - Fire Tests of Door Assemblies
G. ASTM A139 - Electric-Fusion (ARC) Welded Steel Pipe (NPS 4 Inch and Over)
H. ASTM A167 - Stainless and Heat-Resisting Chromium Nickel Steel Plate, Sheet and Strip
I. ASTM A446 - Steel Sheet, Zinc Coated (Galvanized) by the Hot-Dip Process, Structural
(Physical) Quality
J. ASTM B221 - Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes
K. ANSI/IEEE - 519-1992
L. ANSI/IEEE - Guide for Surge Withstand Capability (SWC) Tests
M. Regulation issued by Oman Fire Brigade regarding PTS
N. Regulation issued by Ministry of Energy regarding Electric Installation
1.05 SUBMITTALS
A. Submittal shall meet all requirements of the specifications, drawings and related Contract
Documents for the project intended. Accuracy, timeliness and completeness of submittal is the
sole responsibility of the contractor.
B. Shop Drawings: Submit dimensioned drawings in plan and elevation showing all major
components, weights of equipment, reactions at points of support, clearances, number and size
of equipment items and major sub-assemblies, utility service locations and requirements and
other cuts and data in sufficient detail to determine compliance to Contract Documents. Show
routing and support of tubing including bends and offsets.
C. Communication Wiring Diagrams: Complete and detailed communications wiring diagrams,
updated, adjusted and corrected to account for field modifications shall be provided.
D. Riser Diagram: Complete riser diagram, showing all zones, inter-and intra-zone transport
tubing, location of major equipment and control items.
E. Provide sixty (60) bound, one (1) unbound and one (1) electronic copy set of the approved
operating instructions detailing, in simple English and with sketches, diagrams and / or
photographs, the methods and procedures needed to operate the equipment in an efficient and
safe manner.

© 01 International W.L.L Pneumatic Transport System


14580-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1.06 DELIVERY, STORAGE AND HANDLING


A. Deliver, unload and store all materials and place in a safe, convenient dry storage.
B. Protect items from damage during shipping, handling and storage on the site. Work showing
dents, creases, deformations, weathering, or other defects is not acceptable. Deliver materials
to site at such intervals to insure uninterrupted progress in work.
C. Storage of PTS equipment and accessories at the site shall be the responsibility of the system
supplier. Store materials to permit easy access for inspection and identification. Keep materials
off ground, using pallets, platforms, or other supports.
D. Do not store materials on structure in a manner that might cause distortion or damage to
members of supporting or surrounding structures. Repair or replace damaged materials or
structures as approved.
E. Hospital’s representative reserves the right to reject any damaged material because of improper
storage.
1.07 COORDINATION
A. Coordinate the PTS work with HVAC duct work, plumbing, medical gas systems, fire
protection, electrical and card reader installer.
B. Coordinate installation of anchorages for PTS and accessories. Furnish setting drawings,
templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor
bolts, and items with integral anchors, that are to be imbedded in concrete or masonry
C. Coordination drawings shall include all equipment, tube routing and accessibility requirements.
Coordination process will include a three dimensional coordination process.
D. Maintenance access for all system components is the primary responsibility of the system
contractor.
E. Review all relevant Project Documents with the Architect and General Contractor to ensure
that all site conditions will be met for installation of the PTS. No changes in scope will be
approved without participating in this coordination process before construction starts. No
requests for additional costs by the PTS contractor shall be honored or accepted where such
costs result from any deficiencies of design, engineering or coordination by the PTS contractor,
during any phase of this work.
F. Report to hospital’s representative in writing those conditions that interfere with the
installation of work of this section.
G. The PTS contractor shall be responsible for the phasing, planning and coordination required to
complete the system.
H. Make arrangements and coordinate the construction schedule with the building contractor for
use of elevators to distribute materials to upper floors. Main work staging area for the installers
shall be identified by the Employer or building contractor.
1.08 WARRANTY
A. All labor and materials furnished in connection with the pneumatic transport system and
installation of the system shall be covered under a twelve (12) month warranty period for parts
and labor. Upon receipt of notice of failure of any portion of material and / or workmanship
furnished, affected part or parts, including bulbs, fuses, etc., shall be replaced promptly with
new parts at the expense of the pneumatic tube supplier.
1.09 MAINTENANCE SERVICE
A. Provide preventative maintenance service during the warranty period, which shall include
quarterly inspections, repair, adjustment, and cleaning of equipment and the replacement of
both expendable and non-expendable parts without additional cost to the Employer.
Equipment shall operate and function in "as new" condition at the end of the warranty period.
Complete maintenance log shall be maintained and shall be available to the Employer at any
time upon request.

© 01 International W.L.L Pneumatic Transport System


14580-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

B. Provide the spare parts inventory at the turnover the system for beneficial use. Spare parts used
from inventory for system maintenance during the warranty period shall be replaced, free of
charge, to the hospital.
C. System supplier / installer shall guarantee parts availability for a minimum of ten (10) years
immediately following system turnover to the Employer.
D. Maintenance Instructions
1. Provide five (5) bound, one (1) unbound and one (1) electronic copy of complete
maintenance instructions for the equipment supplied. Instructions shall include full
detailed parts list, exploded views of the equipment, wiring diagrams and similar cuts.
Instructions shall be written in simple English and in a manner that would be
understandable to maintenance personnel. Maintenance manuals shall be updated to
current conditions during maintenance service period.
2. Provide eight (8) hours of on-site classroom and eight (8) hours of "hands on"
maintenance training approximately one (1) week prior to the turnover the system to
the Employer for beneficial use.
3. Provide an additional sixteen (16) hours of "hands on" training to the Employer's
maintenance staff or others as directed by the Employer Engineer, upon completion
of the maintenance service period. The Employer reserves the right to film,
photograph or otherwise document the training sessions.
1.10 TRAINING
A. Provide eight (8) hours of user classroom and eight (8) hours of "hands on" training to hospital
personnel. The Employer reserves the right to film, photograph or otherwise document the
training sessions.
B. Provide three copies of a users training video including infection control packaging
procedures, instructions on how to send and receive carriers and use special features such as
Stat, Secure Send and Emergency Shutdown.
C. Provide an infection control procedures manual that will aid the Employer in developing
protocols for sending specimens.
1.11 UNIT PRICES
A. General: Unit prices for the following items, as set forth in contract conditions, will apply in
event additions to or reductions from pneumatic tube work are required and authorized by a
written order from the Employer. The contract price shall be adjusted by means of unit prices
entered on the Tender Documents in the manner described in the General Requirements.
1. Unit Price – 14 92 00.1: ______OMR for furnishing and installing a wall-mounted PT
station.
2. Unit Price – 14 92 00.2: ______OMR for furnishing and installing a 1 x 4 transfer
unit.
3. Unit Price – 14 92 00.3: ______OMR for furnishing and installing a 1 x 6 transfer
unit.
4. Unit Price – 14 92 00.4: ______OMR for furnishing and installing a blower.
5. Unit Price – 14 92 00.5: ______OMR for furnishing and installing a10.0 m long 150
mm steel tubing.
6. Unit Price – 14 92 00.6: ______OMR for furnishing and installing a 90° steel tube
elbow.
7. Unit Price – 14 92 00.7: ______OMR for furnishing and installing a remote personal
indicator.

© 01 International W.L.L Pneumatic Transport System


14580-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 2 - PRODUCTS
2.01 DESCRIPTION OF SYSTEM
A. Number of Stations: 62 with 3 future
B. Number of Zones: Six (6)
C. Number of Carriers: 250
D. Tube Size: 150 mm
E. Payload: 3.0 kg
F. Carrier Speed: 7.0 mps
G. Power Supply 240/415 volts, 50 HZ
2.02 DESIGN AND PERFORMANCE REQUIREMENTS
A. Provide all motor starters with properly sized thermal overload protection in each phase at the
blower locations. Where the voltage rating of manufacturer’s equipment do not match the
building supply, provide set-up or step-down transformers.
B. Electrical
1. All communications wiring, Ethernet cables to conform to US standards.
2. Communications wiring and Ethernet cable routing subject to coordination drawings
and hospital’s approval.
3. System supplier / installer to furnish and install all Ethernet Cables from each
component to nearest hospital-provided connection.
4. Provide junction boxes for the remote station indicators.
5. Coordinate card reader location and the requirements of the card reader to properly
interface with the pneumatic tube system.
6. Guarantee the integrity of transmission joints throughout the system. All transmission
joints shall be airtight and have no sharp edges protruding into the carriers’ path.
7. System electronics shall not have RF leakage, and shall not interfere with telemetry
equipment.
8. The fire / smoke detector in the PT room on B2 level shall be provided under another
section of these specifications. The detector shall automatically shut down the
pneumatic tube system when activated.
9. Fire caulk at rated conditions all required openings in floors and fire walls after tube
and conduit is installed. U.L. approved fire caulking shall be used. Fire caulk must be
equivalent in rating to the surface the tube or conduit penetrates.
10. Install identification labels on all tube runs. Space the labels at 6m intervals on
straight tube runs, at the beginning and end of each bend and within 6m of all stations,
diverters and blowers. The labels shall identify the zone number and the unit numbers
(station, diverter(s) or blower) being connected by that length of tube run.
11. Provide identifiers on the ceiling showing the location of each diverter. Coordinate the
type, style and size of these identifiers with the architect and Employer Engineer.
12. Provide expansion / contraction joints in the tubing wherever the tube crosses building
expansion joints. Any distortion or breakage of these joints shall be detected and the
system control shall prevent the processing of any carrier through a failed expansion /
contraction joint.
13. Provide additional built in carrier storage at the Main Pharmacy, OR control and
Clinical Lab stations.

© 01 International W.L.L Pneumatic Transport System


14580-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

14. Provide detailed plan of all/full access requirements.


15. Blower units located in areas other than mechanical rooms shall be enclosed in a
sound deadened housing, and are to operate at a maximum of 75 dBa measured 1200
mm from the unit.
16. The sound generated by the passage of carriers through tube and bends shall not
exceed 60 dBa in any area (or the room specific noise criteria where this is more
stringent). The sound level in dBa is to be measured 1.5 m from the finished floor
with ceiling installed. Test locations shall be approved by hospital’s representative.
17. Transmission of carriers through and the rotation of the unit shall not exceed 65 dBa
measure 1.5 m from the finished floor with the ceiling installed.
18. Stations are to be sufficiently insulated to reduce carrier arrival noise to no greater
than 65 dBa measured 1200 mm from the receiver.
19. The PTS must be operating at a performance level where system uptime is
documented at 99.95% or better.
20. The PTS system shall meet the following seismic requirements
a. Seismic Design Category: D
b. Component Important Factor: Ip = 1.5
c. Spectral Acceleration at Short Period: SDS = 0.62 and at 1.0 second Period
SD1 = 0.24
C. General Operation
1. General system configuration shall be made up of independent zones connected
together via storage lines. Each zone shall be composed of a number of stations, each
connected to the zone via a single tube line to a transfer (diverter) unit.
2. Each zone shall have its own blower and function independently.
3. The Pneumatic Tube Room, which is located on Level B2, shall house the blowers,
transfer units, inter-zone tube connections and storage sections. An inter-zone transfer
shall be directly between the two zones involved. Carriers shall not pass through
another zone to get to the destination zone. The tender documents shall include a
detailed layout of the room showing the Contractor’s proposed configuration. The
simulation of the PTS shall be based on the proposed PT Room configuration and the
system traffic matrix proposed by the Contractor.
3. The dispatching, routing, spacing and storage of carriers shall be directed by the
control center to provide automatic unattended transmission of carriers between all
stations.
4. Provide shortest route vacuum/pressure travel. A transaction between stations on the
same zone shall process to the closest turnaround point to its destination.
5. The PTS shall be provided with RFID hardware and software.
6. Stat transactions shall be transported in less than 5 minutes during the overall peak
volume of the system as identified in the Contractor’s traffic matrix. The peak volume
traffic is 300 transactions per hour.
7. Allow multiple carriers in transit within the system. Allow all station dispatchers to be
simultaneously loaded and destination selected. Automatically process all carriers
until clear.
8. System configuration and components shall be of modular design.
9. Provide automatic empty carrier redistribution. Allow any station with excess carriers
to select automatic return which will direct empty carriers anywhere in the system on
a most needed basis.
10. Allow individual station or zone to shut down without affecting remainder of the
system.

© 01 International W.L.L Pneumatic Transport System


14580-7
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

11. Carriers shall be rejected at the source station if they cannot be delivered to the
destination station.
12. Carriers in process shall be delivered to either the source station or destination station
if a failure occurs in the route while they are in transit.
13. Carriers in process or pending when any part of the system is signed off shall deliver
to their destinations. Any new request to send shall be rejected.
14. Carriers in process shall be returned to the source station if the destination station
becomes overloaded while they are in transit.
15. Carriers in process or pending when a power failure occurs at the control center shall
deliver to their destinations after the power is restored.
16. Station and system priorities shall ensure that carriers are processed to their
destinations in the shortest period of time. Empty carrier returns to take lowest
priority in the system.
17. A 240 VAC duplex receptacle and on / off switch shall be provided at each station,
transfer unit (diverter) and blower unit (air pump).
18. Capability to assign dispatch and receive priorities to each station in the system.
19. The system computer controls shall allow for "STAT" transactions. A code shall be
used by the system operators to identify a transaction as being a "STAT" transport.
The "STAT" transport shall take priority over all other system transactions. Codes
will be determined by the Hospital and inserted though keyboard entry.
20. Control shall interface with the maintenance paging system. A set of control center
contacts shall provide a signal to the paging system when an alarm occurs. The paging
system shall notify maintenance and inform them of an alarm condition in the system.
21. Stations shall inform system operators that a carrier has been returned to the sending
station when a carrier is unable to be processed to the destination station.
22. Capability to transport sensitive items through the system using a card reader to
control access to these items at the receiving station.
23. Pin numbers / identification code for maintenance personnel to allow access for
system diagnostics at the control center and to clear system alarms. Capability to
assign unique Pin numbers to each user and track the use of Pin numbers through
control computer.
24. Capability to assign any station into the carrier forwarding mode from that station or
the central computer. Any carrier sent to that station will be automatically sent to a
designated alternate station.
25. Capability to track the last ten transactions sent from a station on that stations control
panel.
26. Capability to shut down the entire system from selected stations or the control center
when a specimen or substance spill occurs in the system.
27. The destinations available at each station shall be determined by a send list at the
system control center.
D. Tubing
1. Tubing shall be 150 mm O.D., 16 gauge cold rolled, electric welded steel, galvanized,
flash removed and conforming to ASTM A787.
2. Bends shall be made of same material as straight tube formed on a radius of not less
than 1200 mm to centerline and a true 90 degrees. Maintain a uniform cross section
free from wrinkles and distortions. Factory formed partial bends may be furnished,
formed on a radius of not less than 1200 mm to centerline, as required by system
layout for offsets. Bends cut in the field shall be cut square, burrs removed and ends
mandrelled round. All lubricants used during manufacture are to be removed prior to
shipment to the job site.

© 01 International W.L.L Pneumatic Transport System


14580-8
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3. Joints shall be made with solid steel drive sleeves, bolted couplings or with tubing
having one end expanded to receive the plain end of the next section. All joints shall
be sealed with a suitable mastic and wrapped with UL rated tape to assure an airtight
seal.
4. Install tubing supports not more than ten 3 m on center for horizontal lines, at each
floor for vertical lines and at each end of the bend. Additionally each full 90-degree
bend shall have a support installed at midpoint as a sway brace. Mount tubes using 10
mm galvanized threaded rods. Support tubing and bends by unistrut channel and tube
clamps, tube clamps or tear drop hangers. Provide sway bracing at every other pipe
support location.
5. Provide expansion / contraction joints at all building joint locations. These joints shall
be designed to fail, without damaging the adjacent tubing. These joints shall be
readily replaced using two bolted couplings to minimize system downtime. The joints
shall be designed to sense a separation of the joint. Any separation will be sensed by
the system control, which will reject transaction requests that have to use the tube line
with the separation.
6. Any tube or bends installed on a roof and exposed to the elements shall have all joints
brazed and covered with heat shrink sleeves. The tubing shall be pressure tested to
insure no moisture can enter through the joints. The PTS supplier shall submit heat
shrink sleeve and pressure testing details to hospital’s representative for approval
before proceeding with the installation.
7. Route tubes to avoid sensitive areas and possible noise issues within areas of
accommodation. Horizontal tubing and bends over the patient rooms and occupied
spaces shall be sound deadened by applying a 40 mm thick layer of 24 kg/cubic
meter, 1 ½ pcf density fiberglass insulation with dust cover and taped joints over the
tubing. Sound insulation shall not be less than 1.5 m outside the patient rooms and
occupied spaces.
E. Transfer / Diverter / Storage Units
1. Provide in the tubing network for routing carriers between stations or zones.
2. Mount and hang using 10 mm galvanized threaded rods. Sway brace at each end.
Connect to tube sections with bolted couplings.
3. Enclose in sheet metal housing complete with access panels on the sides for service of
mechanical and electronic parts.
4. Units to have electro-mechanical drives, operated by an AC or DC electric motor.
Non-contact sensors shall verify positioning.
5. Non-contact sensor for notification of carrier location.
6. Units shall be controlled through solid state control circuitry mounted on a
replaceable printed circuit board. Circuit board may be installed within the transfer
(diverter) unit or in the control panel of the station nearest the unit.
7. Units shall be designed in the modular concept to permit convenient removal for
maintenance and / or replacement.
F. Blower Units
1. Each system zone shall have a blower package operating in the vacuum or pressure
mode as required. Units shall supply sufficient air volume to move the carrier
successfully through the system at an average velocity of 7.0 mps.
2. Blower units to be factory assembled modules complete with blower, vibration
isolators, screen boxes, air shifting valves and intake / exhaust mufflers.
3. Motors shall operate on 415 VAC, 3 phase, 50 HZ.
4. Regenerative type blowers shall be provided.

© 01 International W.L.L Pneumatic Transport System


14580-9
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

5. Air piping to be the same as specified for the carrier transmission lines. Piping shall
be complete with necessary tees and elbows. Use 100 mm airline for each blower.
6. Provide automatic shut down when there is no demand.
7. Air piping connections to the power units shall be made with bolted couplings.
8. Blower units shall be floor mounted on house-keeping pads, unistrut stands or hung
from the slab above.
9. Blower units shall have an airflow detector monitored by the system control center to
indicate when the blower is on or off.
10. All blowers shall be adequately isolated from the building structure to avoid noise and
vibration transfer.
G. Station Equipment
1. All stations shall be a wall recessed, down receive, up dispatch style and shall be
designed for soft delivery of carriers.
2. Station units shall consist of a self-supporting enclosure and all operating sub-
assemblies, designed for easy installation, access and removal for maintenance and
service. The operating sub-assemblies shall be interchangeable, so that the station may
be kept in operation while sub-assemblies are serviced.
3. Sub-assemblies are not to be installed into enclosures until all construction work and
painting has been completed in the station area.
4. A trim frame shall be installed for final mating to the wall.
5. Electronic control units shall be solid state plug in units and shall be interchangeable
with units in other stations. The electronic units are not to be shipped to job site nor
installed into the stations until it is time to check out, start up and test the system.
Electronics shall not have RF leakage or cause interference with Telemetry
equipment.
6. All visible metal surfaces shall be factory powder-coat painted. The faceplate of
stations shall be stainless steel with no. 4 satin finish.
7. Carrier dispatcher shall contain one carrier at a time and shall have a solid state device
to signal carrier presence to the computer. Dispatch sequence shall not take place if
dispatcher does not have a carrier in it.
8. Carrier receiver to be independent of dispatcher and contain sufficient volume for the
receipt of at least four (4) carriers before becoming full and preventing the receipt of
additional carriers.
9. Station shall have overload sensor in the receive bin to notify staff when station is
full. Station shall become on alarm when station bin in full.
10. Empty carrier storage space for four (4) carriers shall be provided within the station
housing.
11. Station Bin shall be made of cleanable non-porous material to prevent contamination
and allow easy cleaning.
12. Station Control Panel to contain:
a. Touch-Screen Type – at least 250 mm, with readily replaceable circuit
boards.
b. Clear buttons with the following capabilities:
c. "SEND" Button.
d. "CANCEL" Button.

© 01 International W.L.L Pneumatic Transport System


14580-10
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

e. Twelve Speed dial capability


f. Clear messages and capabilities for the following:
1) Selection "ACCEPTED."
2) Carrier "ARRIVAL."
3) Selection "NON-EXISTENT."
4) Selection "SIGNED OFF."
5) Selection "OVERLOADED."
6) System "SYSTEM IS IN ALARM."
7) Carrier "SURPLUS."
8) Carrier "ARRIVAL AT DESTINATION"
9) Selection "STAT TRANSACTION"
10) Station "DIAGNOSTIC MODE"
11) Carrier "RETURNED CARRIER AT STATION"
12) Selection “A SECURE TRANSACTION”
g. An audible indicator to inform users of a carrier arrival.
h. Online Operating instructions.
i. Online Station directory.
j. Online Diagnostic
13. Station control panel notify the user when a carrier has been returned to the source
station due to the inability of the system to process the carrier to the destination
station.
14. Each station is to interface with the hospital’s card reader system. A carrier cannot be
sent unless the card has been swiped and the associated card name must be tracked
with the transaction history log. The card must also access stations with security
doors.
15. Stations serving remote station indicators shall have manual buttons to reset the
remote indicators.
16. Submit station numbering / I.D. sequencing to Employer Engineer for approval.
17. Stations shall be located as shown on the drawings.
18. The Employer Engineer will determine the stations that will have Remote Personal
Indicators (RPI), which shall indicate the arrival of a carrier. The stations with RPI’s
shall have distinct addresses in the system. When an indicator is activated, a user at
that location will walk to a “home” station, retrieve the contents of the carrier sent to
them and reset the remote indicator. Final location of the remote indicators to be
determined by the Employer Engineer.
19. Remote Arrival Indicators and General Arrival Indicators shall be programmed and
controlled at the Touch-Screen Panels.
20. The Employer Engineer will select the stations that will require security doors.
These security doors must be spring loaded to close automatically with a magnetic
locking device that can be deactivated with a card reader
H. Carriers
1. Provide 250 carriers. The Employer Engineer will specify the required quantity of
leak-resistant carriers and carriers with cavity type foam liners.

© 01 International W.L.L Pneumatic Transport System


14580-11
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Molded plastic, full access, side opening type with positive latching closure.
3. Replaceable rubbing bands and latches. Rubbing bands shall not be velcro or carpet
type.
4. Bi-directional.
5. Capable of carrying X-ray film and 1000 ml IV bags.
6. Anti-microbial.
7. Carriers shall be either transparent or be provided with a clear window so that the
contents may be seen without opening the carrier.
8. Carriers shall be cleanable by ethylene oxide gas sterilization or the use of a ten
percent bleach solution. Submit any other cleaning processes to the Employer
Engineer for approval.
I. Control Center
1. The system shall be controlled by a computer capable of handling, without
modification, a minimum of eight (8) zones and 100 stations. The computers shall
perform all logic and control functions and provide permanent storage for the system
operating program. The main control center shall be located in the engineer’s office.
The PT room shall have a data port for a lap top computer to perform diagnostic work
on the system and reset alarms.
2. Provide a backup computer to be used when the main control center computer is
inoperative. The backup computer shall have a complete compliment of interface
hardware, operational software and configuration software so that it can be plugged to
minimize system downtime.
3. The computer system shall include
a. Computer: The minimum configuration shall be:
1) Intel i7 3.4Ghz, 8 MB
2) 4 GB of RAM.
3) 500 GB hard drive.
4) Read/write DVD drive.
5) One serial port, two PCI slots.
6) Mouse.
7) 104 key keyboard.
8) Uninterruptible power supply.
b. Monitors: Minimum configuration shall be 27.5 inch (698.5) widescreen
LCD flat panel monitors.
c. Printer
1) The System printer shall be a color ink jet type, 4800 x 1200 dpi
(color), 12 ppm (color) and one USB 2.0 port with built-in Ethernet.
2) The printer shall print any report or list on command from the
keyboard.
d. Software
1) The computer hard drive shall be loaded with:
(a) Microsoft© Windows 7 Professional (with latest service
pack) or Windows 7 Home Premium (32 bit).

© 01 International W.L.L Pneumatic Transport System


14580-12
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

(b) Pneumatic Tube System Control Software.


(c) Adobe© Acrobat Reader.
2) The Windows Operating System software shall allow for:
(a) Multi-tasking among the Pneumatic Tube System software
and file documentation.
(b) Local Area Network (LAN) compatibility with any LAN
that supports Microsoft Windows, providing the capability
to access and log in to the Pneumatic Tube System Control
center from another computer on the LAN.
3) The Pneumatic Tube System program shall be supplied on
the CD-Rom. System configuration shall be able to be
downloaded from the Pneumatic Tube System control
center.
4. The computer circuits, the interface circuit, monitor with keyboard and printer shall
be modular and shall use solid state components throughout. Each circuit module shall
be readily removable for ease of maintenance.
5. Paging Alarm Module or Alert Messaging: To be activated whenever alarm condition
occurs. Module to be capable of interfacing with voice and digital beepers.
6. Computer shall be able to recover automatically from total short term power loss
without loss or damage to the program or the system.
7. Computer shall have an internal modem to allow for remote diagnostics from a remote
on site or off site location through the telephone system.
8. System shall be provided with the ability to protect itself from power surges or spikes
and temporary low voltage conditions.
9. Computer shall accumulate at least four (4) weeks of transaction and alarm data.
10. Keyboard and / or mouse shall provide ability to:
a. Call up various displays and change system parameters.
b. Change priority ratios and sign off schedules.
c. Assign any station to priority and sign off schedules.
d. Independently shutdown and start-up any station, zone or system for isolated
diagnostic interrogation or repair.
e. Assign empty carrier residence count to each station.
f. Interrogate any system component through command / execute / respond
diagnostic program. Allow for ability to manually process carrier through the
system from the keyboard and / or mouse.
11. The color monitor shall provide English displays as follows
a. Traffic Monitoring -- continuously updated display that shows date, time and
total number of transactions. For each zone, show status and number of
pending transactions within zone, source and destination of current
transaction in progress and transactions waiting in interzone storage to enter
destination zone.
b. Alarms -- provides details for any malfunction that has interrupted normal
system operation. Each alarm listed shall identify the zone in which it
occurred, the component that failed, its cause, the time of failure and the
transaction in process when failure occurred.

© 01 International W.L.L Pneumatic Transport System


14580-13
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Station Status -- provides complete information on any station in the system,


including current operational status, priority rating, automatic schedule clock
assignments for each day of the week, number of carriers assigned, number
of carriers actually on hand, whether or not receiver is overloaded.
d. Full Station List - complete listing of stations in the system having
overloaded receivers.
e. Display Directory - complete listing of displays that can be accessed by the
operator and the keyboard input to select each display.
f. Traffic History - accumulates traffic history for each station and zone to aid
in priority adjustments.
g. Diagnostics - aids in the maintenance and trouble shooting by permitting
operation of any unit in the system from the keyboard or through the mouse.
h. Purge - commands selected zones to vacuum or pressure to find missing
carriers and sends the carriers to a pre-determined destination.
i. Station Transaction Counts - indicates the number of carriers each station has
received since a specific time and the total number of transactions completed
by each zone. Record name of person sending with the card reader.
j. Carrier Management - indicates the number of carriers present and the
number of carriers assigned for each active station in the system.
k. Battery Status – UPS shall provide status automatically
l. System Configuration Data Entry - system configuration data changes, such
as addition of stations and / or zones, can be entered through the keyboard.
Reloading of the program shall not be required.
12. Printer
a. Provide hard copy record of individual transactions on demand.
b. Print each alarm as shown on the monitor.
c. Print time and date each alarm is cleared.
d. Print all menus and up datable tables.
e. Print any display as shown on the monitor.

PART 3 - EXECUTION
3.01 INSPECTION
A. Study Sub-contractor Tender documents with regard to the work as shown and required so as
to insure its completeness.
B. Examine surface and conditions to which this work is to be attached or applied, and notify
Employer's Engineer's representative in writing, if conditions or surfaces are detrimental to
proper and expeditious installation of work. Starting the work shall imply acceptance of
surfaces and conditions to perform the work as specified.
C. Verify, by measurements at job site, dimensions affecting work. Bring field dimensions which
are at variance with those on accepted shop drawings to attention of Employer's Engineer's
representative. Obtain decision regarding corrective measures before start of fabrication of
items affected.
D. Cooperate in coordination and scheduling of the work of Sub-contractor with the work of
others so as not to dela job progress.

© 01 International W.L.L Pneumatic Transport System


14580-14
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.02 INSTALLATION
A. Install the PTS, using skilled workmen in strict accordance with final accepted shop drawings
and other submittals.
B. Comply with code, manufacturer's instructions and recommendations.
C. Coordinate the work with the work of other trades for proper time and sequence to avoid
construction delays. Use the latest alignment and leveling tools to ensure coordination of the
work.
D. Accurately and rigidly secure supporting elements to the building structure within tolerances
established.
E. Remove oil, dirt and impurities and give a factory coat of rust inhibitive paint to all exposed
surfaces of struts, hanger supports, covers and ferrous metal.
F. Provide motors, switches, controls, safety, maintenance and operating devices in strict
accordance with submitted wiring diagrams and applicable codes and regulations having
jurisdiction.
G. After installation touch up, in field, surfaces of shop primed elements which have become
scratched or damaged.
H. Lubricate operating parts of system as recommended by manufacturer.
3.03 PROJECT CONDITIONS
A. Inspection: Report to hospital’s representative in writing those conditions that prevent or
interfere with correct installation of Work of this Section.
B. Field Measurements: Verify all dimensions by field measurements before fabrication and
indicate measurements on Shop Drawings. Coordinate fabrication schedule with construction
progress to avoid delaying the Work.
1. Measurements of adjoining Work shall be taken, so that the Work specified in this
section shall fit closely into the spaces provided.
C. Coordinate installation of anchorages for PTS and accessories. Furnish setting drawings,
templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor
bolts, and items with integral anchors, that are to be imbedded in concrete or masonry. Deliver
such items to Project site in time for installation.
D. Furnish components of assemblies that are to be built into the Work specified as part of other
Sections. Supervise and be responsible for correct location and installation of such built-in
items.
3.04 ACCEPTANCE TESTING
A. System Test Plan
1. Submit a test plan describing how the system supplier will test the system to
demonstrate each system feature and how the reliability testing will be accomplished.
2. The test plan shall include forms and methods that will be used to record the number
of transactions dispatched from each station and log all malfunctions for reliability
and downtime calculations.
B. After completion of installation but prior to demonstration of that phase for Employer
Engineers acceptance, the supplier shall make all adjustments and run operational tests.
1. Testing shall be done with carriers provided by the supplier. Carriers furnished under
this contract shall not be used for these tests.

© 01 International W.L.L Pneumatic Transport System


14580-15
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2. Test shall consist of:


a. Dispatching a fully loaded carrier, three (3) kg gross weight, from each
station back to the same station.
b. Dispatching a carrier from all stations to every other station in the system
being started up in that phase until each station has received twenty-five (25)
and dispatched twenty-five (25) carriers.
c. Test carriers shall be examined for lacerations, abrasions or other evidence of
faulty joints, projections or misalignment. Any necessary repairs must be
made before proceeding.
d. Test carriers shall be examined for cleanliness of system. Any necessary
processes to clean system must be made before proceeding.
e. Final testing for acceptance by the Employer Engineer shall not begin until
the system demonstrates that malfunctions do not exceed one-tenth of one
percent of the number of transactions required to conduct such tests.
C. Testing for acceptance and reliability: When the system pre-acceptance test is completed
satisfactorily, the supplier’s technical representative, who is thoroughly familiar with the
system, shall test the system in the presence of the Employer or his and the Engineer's
representative for compliance with the contract documents. The system test plan, previously
submitted to the Employer's Engineer's representative for approval, operating manuals and
as-built drawings must be on hand.
1. Supplier shall provide sufficient manpower and instrumentation to efficiently carry
out the test.
2. Representatives of the Employer and the supplier The Engineer's Representative shall
examine all workmanship and material before conducting the operational test. Any
deficiencies shall be corrected before continuing with the operational test.
3. Each individual system feature, as described in this specification, shall be successfully
demonstrated by the manufacturer’s representative.
4. Demonstrate that the system can meet the peak time requirement of 300 transactions
as defined by the traffic matrix in the system drawings. All stations are to send per the
traffic matrix using manufacturer and hospital’s personnel as coordinated by
pneumatic tube supplier. The carriers sent from each station shall be defined by the
traffic matrix.
5. Printer printouts showing the results of the above tests shall be submitted to the
hospital and the following results must be provided:
a. Average and maximum user wait times for each station.
b. Average and maximum carrier transaction times by zone and the total
system.
c. The number and percentage of transactions with wait times over 30, 60, 90
and 120 seconds.
6. Reliability testing shall commence only when the preceding tests / inspections have
been completed to the Employer's Engineer's satisfaction. Printout of the reliability
testing results shall be submitted weekly to the Employer's Engineer's
representative. Reliability tests shall be as follows:
a. Complete system shall be operated in the presence of the Employer's
Engineer's representative for a period of fifteen (15) consecutive work days
without mechanical or electrical malfunction in excess of the following:

© 01 International W.L.L Pneumatic Transport System


14580-16
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

1) A minimum of fifty (50) transactions (25 sends and 25 receives) at


each station will be demonstrated without failure.
2) Downtime must not exceed 0.05% of total operating hours for the
number of stations in service. Such downtime shall be defined as
the number of hours each station is unable to receive or dispatch
before service is restored, calculated during each stations normal
"signed on" hours.
b. Supplier's representative shall log all malfunctions printed out including
cause, location, corrective measures taken and time to restore service. Only
properly logged incidents shall be the basis for reliability calculations.
c. Evaluate the system performance three (3) months and six (6) months after
start up of the system.
d. Should the system downtime exceed 0.05% make necessary adjustments and
corrections.
3.05 PROTECTION AND CLEANING
A. Adequately protect surfaces against accumulation of paint, mortar, mastic and disfiguration or
discoloration and damage during shipment and installation.
B. Upon completion, remove protection and thoroughly clean work and have it free from
discoloration, scratches, dents and other surface defects.
C. The finished installation shall be free of defects. Before final completion and acceptance of the
system, repair and/or replace defective work, to the satisfaction of the Architect and the
Employer Engineer at no additional cost.

END OF SECTION

© 01 International W.L.L Pneumatic Transport System


14580-17
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 14640
GANTRY CRANES

PART 1 - GENERAL
1.01 DESCRIPTION OF WORK
A. The work covered by this specification shall be governed by the contract documents. Provide
all labor, materials, equipment and services necessary to furnish, deliver and install all work of
this section as shown on the drawings, as specified herein and/or as required by job conditions.
B. The work includes, but is not limited to, the following
1. One (1) Motor Operated, Concrete Column Mounted, Overhead Gantry Crane (10
Ton) lifting capacity for work space of approximately 63.60 m long x 7.20 m wide x
5.00 m high.
2. One (1) Motor Operated, Concrete Column Mounted, Overhead Gantry Crane (3 Ton)
lifting capacity for work space of approximately 55.70 m long x 7.20 m wide x 5.00 m
high.
1.02 QUALITY ASSURANCE AND QUALITY CONTROL
A. Qualifications
1. Manufacturer Qualifications: Company specializing in designing and manufacturing
cranes with 25 years successful experience.
2. Installer Qualifications: Company experienced in assembly and installation of cranes
with 5 years successful experience and acceptable to crane manufacturer.
a. Perform welding by certified operators in accordance with AWS D14.1.
b. Bolted connections shall be in accordance with torque tightening procedures
specified in AISC Manual, Part 5.
c. Clearly label crane with rated load capacity. Place label at height and
location easily read from floor level and loading position
3. The approved manufacturers are
a. For Gantry Crane
1). Looth – Lemmens LLC, www.lemmens-group.com
2). Gorbel Inc.
3). W. F. Welding
4). Kito
5). Harrington
6). Pelloby, UK
7). Or Equal and approved.
1.03 REGULATIONS/STANDARDS
A. All clearances, workmanship, construction, design and materials shall be in accordance with
the requirements of the latest Codes or Rules of the City or Country having legal jurisdiction,
and the Codes hereinafter named.
B. Reference Standards:
1. American Institute of Steel Construction (AISC) - Manual of Steel Construction, Part
5, Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts
2. American National Standards Institute (ANSI): ANSI B30.11 - Monorails and
Underhung Cranes.
3. Regulations of the Federation of European Hoist Manufacturers (FEM)

© 01 International W.L.L Gantry Cranes


14640-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

4. American Society for Testing and Materials (ASTM) A36 - Carbon Structural Steel.
5. American Society for Testing and Materials (ASTM) A325 - Structural Bolts, Steel,
Heat Treated, 120/150 ksi Minimum Tensile Strength.
6. American Society for Testing and Materials (ASTM) A490 - Structural Bolts, Alloy
Steel, Heat Treated, 150 ksi Minimum Tensile Strength.
7. American Society for Testing and Materials (ASTM) B221 - Aluminum-Alloy
Extruded Bar, Rod, Wire, Shape, and Tube.
8. American Welding Society (AWS) D1.1 - Structural Welding Code.
9. Occupational Safety and Health Administration (OSHA) - Specification 1910.179 -
Overhead and Gantry Cranes.
1.04 SUBMITTALS
A. Comply with the requirements of Section 01300.
B. Product Data: Manufacturer's data sheets on each product to be used, including:
1. Describe capacities, performance, operation, and applied forces to foundation.
2. Preparation instructions and recommendations.
3. Storage and handling requirements and recommendations.
4. Installation methods
C. Shop Drawings: Shop drawings showing configuration, dimensions, service area, and
construction and installation details.
D. Product Data and/or shop drawings shall
1. Be submitted for approval within fourteen (14) days from the date of Letter of
Acceptance.
2. Be marked or notated by the approving Authority that construction or installation may
commence or alternatively marked or notated "Resubmit", which automatically
require the Product data and/or drawing to be amended as required and resubmitted.
3. Be completed in detail to enable the approving Authority to determine whether they
comply with the requirements of the documents and whether they are suitable for their
intended use and location.
4. Be submitted for ALL equipment, accessories and systems for inspection prior to
installation.
E. Drawing shall
1. Supplied with a sufficient number of copies as may be required for coordination
purposes.
2. Be CADD to the following scales - 1:1, 1:5 for components, 1:10 for plans, and 1:20
for sections, except for wiring diagrams which need not be to scale.
3. Be amended as necessary and incorporated within the "as installed" drawing set.
F. Where an item of equipment is a standard item, copies of the manufacturers' catalogue or
brochures may be accepted provided that all relevant information are show in the catalogue or
brochures.
1.05 PERMITS, TESTING AND INSPECTIONS
A. Comply with the requirements of Division 1.
B. File necessary drawings for approval of all authorities having jurisdiction, obtain and pay all
required fees for permits and inspections, etc., which may be required for the execution of his
work. Copies of all permits shall be forwarded to the Engineer.
C. Obtain, arrange and/or pay for any necessary permits, tests and inspections.

© 01 International W.L.L Gantry Cranes


14640-2
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

D. Furnish all test instruments and materials required at the time of final inspection. Perform
inspection and testing of crane in accordance with the applicable codes.
1.06 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
A. Delivery, Storage and Handling
1. Deliver materials to the site ready for use in the accepted manufacturer's original and
unopened containers and packaging, bearing labels as to type of material, brand name
and manufacturer's name. Delivered materials shall be identical to accepted samples.
Store products in manufacturer's unopened packaging until ready for installation.
2. Store materials under cover in a dry and clean location, off the ground. Remove
delivered materials which are damaged or otherwise not suitable for installation from
the job site and replace with acceptable materials.
3. Store and dispose of solvent-based materials, and materials used with solvent-based
materials, in accordance with requirements of local authorities having jurisdiction.
1.07 CONTRACT CLOSE-OUT
A. Guarantee and Warranties
1. Warrant the equipment installed under these specifications against defects in material
and workmanship and corrects any defects not due to ordinary wear and tear or
improper use which may develop within two year from the date of Substantial
Completion.
2. This warrantee shall be written and duly registered with the manufacture.
1.08 OPERATING AND MAINTENANCE DATA
A. Furnish neatly bound instructions giving the method of control and operation, together with
data on all switches, relays and other devices as will be needed for serving and for ordering
replacements.
B. Furnish bound instructions and recommendations for maintenance, with special reference to
lubrication and lubricants.
C. Furnish sets of complete and legible "as-built" field wiring diagrams, layouts and straight line
diagrams showing the electrical connections, functions, and sequence of operation of all
apparatus connected with the system, together with photographs or cuts of controller repairs
parts with part numbers listed.
1.09 MAINTENANCE
A. Provide full protective maintenance on the specified equipment for a period of twenty four (24)
months from the date of final acceptance of the entire installation.

PART 2 - PRODUCTS
2.01 DESCRIPTION OF EQUIPMENT
A. General: Bridge crane with two runways, bridge moving perpendicular to runways, and
equipped with enclosed track, end trucks, hoist and trolley, festooning system, bumpers, and
other accessories.
B. Performance
1. Construction: Fabricate from ASTM A36 steel sections with finished ends and
surfaces. Comply with the requirements of Section 05120.
2. Crane shall provide coverage of rectangular area of size indicated on Drawings and
consist of:
a. Two rigid, parallel runways.
b. Rigid, single girder bridge moving perpendicular to runways.

© 01 International W.L.L Gantry Cranes


14640-3
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

c. Modular, pre-engineered design: Crane system shall be capable of expansion,


disassembly and relocation, and accepting additional or multiple mixed
capacity bridges.
d. Crane shall be designed, fabricated, and installed in accordance with ANSI
B30.11, and OSHA 1910.179
3. Productivity ratio: Crane shall be designed to manually move load with maximum
force of 1/100 load weight.
4. Runway and bridge track: Enclosed type limiting dust and dirt collection on rolling
surfaces with maximum deflection of 1/450 span based on capacity plus 15 percent
for lifting device weight.
5. Crane operating temperature: -15 to 93 C.
6. Crane shall be designed to withstand
a. Structural design shall include full rated load capacity plus 15 percent for
hoist and trolley weight and 25 percent impact factor for speed of lifting
device and weight of tooling.
b. Crane and hoist dead load.
c. Live load capacity equal to net rated hook load (3 tons and 10 tons)
d. Inertia forces from crane and load movement.
7. End trucks: Rigid frame end truck designed to ride inside enclosed runway track and
connect to and suspend bridge.
a. Construction: Stamped steel fabrication with both vertical and horizontal
wheels to prevent binding in runway. Designs with welds in tension are not
acceptable.
b. Wheels: Removable, self-centering wheels with sealed lifetime lubricated
bearings. Vertical wheels shall be tapered 2 degrees to match track profile.
Non-removable or non-tapered wheels are not acceptable.
c. Drop lugs: Provide on both sides of truck to limit truck drop in the event of
wheel, axle, or load bar failure.
d. Connection to the bridge: Provide a rigid connection between bridge and end
truck. Articulating connections with threaded hardware are not acceptable.
e. Designed for easy attachment of peripherals.
8. Hoist trolley: Rigid-body trolley designed to ride inside enclosed track of bridge and
to carry hoist and load. Articulating trolleys are not acceptable
a. Construction: Two-piece stamped steel body with two wheels each side and
tapered clevis positioning hoist hook at center of trolley so load weight is
evenly distributed to all four trolley wheels. Provide removable clevis pin of
type and size determined by manufacturer for specified capacity. Trolleys
with non-removable clevis pins are not acceptable. Holes provided in body
for mechanical connections.
b. Wheels: Removable, self-centering wheels with sealed lifetime lubricated
bearings. Vertical wheels shall be tapered 2 degrees to match track profile.
Non-removable or non-tapered wheels are not acceptable.
c. Drop lugs: Provide on both sides of trolley to limit trolley drop in the event
of wheel, axle, or load bar failure.
d. Designed for easy attachment of peripherals
9. End stops: Molded composite, resilient bumper installed in runway and bridge tracks
to prevent end trucks, hoist trolley, and festoon carriers from rolling out of track. Bolt
stops without energy absorbing bumper are not acceptable.

© 01 International W.L.L Gantry Cranes


14640-4
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

10. Festoon system: Provide enclosed track extension to provide for stacking festoon
carriers at end of runway.
a. Provide length of cable to supply lifting device. Supply shall be festooned
along bridge and runway. Wire and cables shall be designed in accordance
with IEC/BS relevant standard.
b. Festoon trolleys: Four-wheeled trolleys with pivoting saddle and applicable
attachment to support service run on runway or bridge and allowing
festooning as end truck or hoist trolley travels.
c. Festoon gliders: T-shaped gliders with adjustable applicable attachment to
support service runs on runway or bridge and allowing festooning as end
truck or hoist trolley travels.
d. Festoon clamp: Steel clamp assembly attached to track to prevent festoon
trolleys and gliders from exiting track.
11. Tractor Drive: Provide electric tractor drive for motorized operation of hoist trolley
and end truck.
a. Type: Variable frequency drive assembly with worm gear reducer molded
polyurethane tread, and adjustable counter-balance to ensure proper drive
wheel alignment.
b. Speed: as per Manufacturer’s recommendation for specified load capacities.
It shall meet torque and frequent starting requirements of hoist operation and
to operate without noise.
c. Motor: as per Manufacturer’s details and calculations for specified load
capacities, with thermal overload protection. It shall be Oman electrical
characteristics, Voltage 415 / 240 V + or – 6 %, Frequency 50 HZ + or – 4
%. It shall operate without overheating or other damaging effects
d. Controls: factory wired control package with control button, protection,
transformer, LED indication light, terminal strips, fusing, enclosure, and
mounting brackets.
e. Lifting device: Soft Touch pendant handle and shall have provisions for
following operations:
1) Hoist Up
2) Hoist Down
3) Traverse Forward
4) Traverse Reverse
5) Traverse sides
f. Brakes
1) Mechanically applied and electrically released type with capacity to
hold the hoist at any position with 125 % of design load
2) Brake shall be automatically applied in the event of interruption of
power supply.
3) Provision shall be made for operating the brake manually, at times
of crisis
4) Brake lifting device shall be so arranged that it will not be possible
to leave the brake in open position.
g. Provision shall be made for manually lowering the load to the floor, in the
event of power failure.
2.02 SHOP FINISHING
A. Steel: Steam wash steel crane components with iron phosphate solution and apply blue or
yellow baked enamel finish.

© 01 International W.L.L Gantry Cranes


14640-5
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

PART 3 - EXECUTION
3.01 INSPECTION
A. Do not begin installation until support structures have been properly prepared.
B. Design and construction of reinforced concrete footings, columns and slabs as detailed on
Drawings and specified in other sections. Verify that accurate crane applied forces and anchor
bolt patterns are provided for foundation design. Notify the Engineer in writing, if conditions
are detrimental to the proper and expeditious installation of the work. Starting the work shall
imply acceptance of the conditions to perform the work as specified.
C. Verify, by measurements at the job site, dimensions affecting the work. Bring field dimensions
which are at variance with those on the accepted shop drawings to the attention of The
Engineer. Obtain the decision regarding corrective measures before the start of fabrication of
items affected.
D. Cooperate in the coordination and scheduling of the work of this section with the work of other
sections so as not to delay job progress.
3.02 INSTALLATION
A. Install units and accessories in accordance with manufacturer's instructions using skilled
workmen in strict accordance with approved shop drawings other submittals.

B. Comply with the code, manufacturer's instructions and recommendations.

C. Clearances for moving crane components:

1. 3 inches (76 mm) minimum vertical clearance from any overhead obstruction.

2. 2 inches (51 mm) minimum horizontal clearance from any lateral obstruction

3. Prior to applying proper torque to the bolts, ensure runways are:

a. Level to within plus or minus 1/8 inch in 20 feet (3 mm in 6.1 m).

b. Parallel with opposite runway to within plus or minus (3 mm in 6.1 m).


D. Coordinate work with the work of other trades for proper time and sequence to avoid
construction delays and to insure right-of-way of system. Use lines and levels to ensure
dimensional coordination of the work.

E. Lubricate operating parts of system as recommended by the manufacturer.

3.03 FIELD QUALITY CONTROL

A. Perform field quality control testing as recommended by manufacturer.

B. Move bridge and hoist trolley through entire travel to ensure crane is clear of obstructions and
moves freely and smoothly.
C. Inspect installed crane. Verify all bolts are tight and lock washers fully compressed.
D. Field test crane and accessories for operating functions. Ensure crane movement is smooth and
proper. Adjust as required and correct deficiencies.
E. Clean surfaces. If necessary, touch-up paint damage, scratches, and blemishes with
manufacturer provided matching paint.
F. Protect crane from other construction operations
3.04 DEMONSTRATING AND TRAINING
A. Provide demonstration and training session for Employer's representative covering operation
and maintenance

© 01 International W.L.L Gantry Cranes


14640-6
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

3.05 PROTECTION AND CLEANING


A. Adequately protect surfaces against accumulation of paint, mortar, mastic and disfiguration or
discoloration and damage during shipment and installation.
B. Upon completion, remove protection and thoroughly clean work and have it free from
discoloration, scratches, dents and other surface defects.
C. The finished installation shall be free of defects. Before final completion and acceptance of the
building, repair and/or replace defective product/work, to the satisfaction of the Engineer at no
additional cost.

END OF SECTION

© 01 International W.L.L Gantry Cranes


14640-7
THIS PAGE LEFT INTENTIONALLY BLANK
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

SECTION - 14960
ELECTRIC CITY BUS

PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. The general provisions of the contract, including General and Supplementary Conditions and
Division 1, General Requirements, apply to the work specified in this section.
1.02 DESCRIPTION OF WORK
A. The work of this section shall include but not be limited to the following:
1. Provide Two (2 Nos.) Electric City Buses specified hereinafter.
2. Provide Two (2 Nos.) Electric Sightseeing Buses specified hereinafter.
3. Electrical charging station including all necessary charging devises, and all Civil
works deemed necessary for operation.
1.03 RELATED WORKS
A. Electrical works
B. Hard landscape (asphalt, interlocking pavers, road works etc.)
1.04 SUBMITTALS
A. Catalogue Cuts
1. Submit latest catalogues to the Engineer in accordance with these specifications,
showing all details of maintenance, charging, operation and all requirements for work
by other trades.
B. Product Data
1. Manufacturer's product specifications and recommendations for project conditions; to
suite topographic and climatically conditions of the project.
C. Close-out Submittals
1. Manufacturer's printed operation manual and maintenance data
2. Warranty Documents.
1.05 WARRANTY
A. Manufacturer's warranty
1. Furnish manufacturer's standard one (1) year warranty from date of temporary
certificate of occupancy or similar, locally mandated permission to use the project
common areas for their intended use.
2. Warranty shall apply to defects in product motors, batteries and body of the vehicles.

PART 2 - PRODUCTS
2.01 MANUFACTURERS
A. Yangzhou Dawn Import and Export Co. Ltd, Jiangsu, China - Mainland
B. Shenzhen Marshell Green Power Co., Ltd. Shenzhen, Guangdong, China – Mainland
C. Guangzhou Langqing Electric Car Co., Ltd. Guangdong, China - Mainland
D. or Approved Equal by the Engineer

© 01 International W.L.L Electric City Bus


14960-1
November, 2015 Royal Oman Police General Hospital
BP2 Package I - Document II - 2 (Civil Works) Muscat - Oman
Issued for Contract 290/2011

2.01 ELECTRIC CITY BUS


A. Provide air conditioned Electric City Bus Two (2 Nos.) with the following specifications:
1. Brand: DAWN
2. Power: Electric
3. Battery: 320v 200ah
4. Motor: ac brushless 90kw
5. Model: DLOB 1002
6. Maximum Speed: 90 – 110 km/h
7. Color: Green
8. Driving Distance: 200km/one Charge
B. Provide Electric Sightseeing Bus Two (2 Nos.) with the following specifications:
1. Brand: DAWN
2. Power: Electric
3. Battery: 72v 225ah
4. Motor: 72v 5kw
5. Model: DLEVL 1017
6. Maximum Speed: 40km/h
7. Color: Green
8. Driving Distance: 90km/one Charge

PART 3 - EXECUTION
3.01 DEMONSTRATION
A. Arrange demonstration of busses operation, Charging/recharging of batteries and standard
maintenance conducted by manufacturer's representative, to the Employer's drivers and
maintenance personnel.

END OF SECTION

© 01 International W.L.L Electric City Bus


14960-2
Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
02515 PAVING AND SURFACING
Assarain Concrete Products
Oman Concrete Products Est.LLC
Concrete Pavers Al Turki Cement Products
Oriental Insulated Blocks Co.LLC
Approved equal
Vitra – Arkitekt Pool
FLOORGRES, www.floorgres.it
Swimming Pool Pavers
AGROB BUCHTAL, www.agrob-buchtal.de
Or approved equal
NO FAULT Sport Group. LLC
Decoturf
Sport Surface Plexipave
Sport Master
Or approved equal
04400 BUILDING AND INTERIOR STONE
Al Turki Enterprises L.L.C.
Natural stone
DMG
M/s Al Anwar Marble Co. LLC
Stone M/s Al Teel Al Wataniyah L.L.C
Gulf Stone Company S.A.O.G
Al Ajmi Marble
Omani marble company
Or Approved Equal by the Engineer
05120 STRUCTURAL STEEL
Steel Fabrication, Al Turki Enterprises L.L.C.
Bilad
Dubai Metal Fabrication
Emirates Building Systems (UAE)
Structural steel Cleveland Bridge (UAE)
Kirby, www.kirbyinternational.com

Zamil Steel Pre-Engineered Buildings Co. Ltd. Tel:


+966 13 847 1840, Fax: +966 13 847 1291
Or approved equal

© 01 International WLL Page-1/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
05300 STEEL DECKING
Kirby
Zamil Steel Pre-Engineered Buildings Co. Ltd. Tel:
Steel Decking +966 13 847 1840, Fax: +966 13 847 1291
Emirates Building Systems (UAE)
Or approved equal
05700 ORNAMENTAL METAL
AL Turki Enterprise
BSS
Emirates Building systems
M/s. Advance city metal
Al Kuhaimi Metal Industries Ltd.
Ornamental Metals
Middle East Metal Industries
Leader Metal LLC.
Alico (UAE)
Al abbar (UAE)
Or Approved Equal
Approved Installer:
AIRMECH OMAN
Alico (UAE)
Al abbar (UAE)
Or approved equal
Approved System:
Aluminum composite panel
ALPOLIC
HOWSOLPAN
REYNOBOND
ALUKOBOND
ETALBOND
Or Approved equal

© 01 International WLL Page-2/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
06602 SYNTHETIC COUNTERTOP SYSTEM
DuPont de Nemours Co.
DuPont Corian
LG
Samsung
Synthetic Countertop System
Wilson Art Contract
Formica
Al-Farsi Kitchens
Or approved equal
06610 FIBERGLASS DOME
National Fiber Glass Factory L.L.C
Gulf Glass Fiber W.L.L
Gulf Fiberglass Factory and Polyethylene
Fiberglass Dome
Fibrex Co. (UAE)
Arabesque (Qatar)
Or approved equal
07110 MEMBRANE WATERPROOFING
Awazel
Bitumat
Viapool by Vetroasfalto
Dermabit
Polyflame membrane
BASF
Henkel Polybit
Index
Or approved equal
Awazel
Unispec
Bitumat
Dermabit
Protection Board
BASF
Henkel Polybit
Index
Or approved equal

© 01 International WLL Page-3/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
07112 LOOSE LAID SYNTHETIC WATERPROOFING MEMBRANE
Fosroc
BASF
Synthetic membrane
SIKA
Approved Equal
07135 CAPILLARY WATERPROOFING
CMCI
XYPEX CHEMICAL CORPORATION
International Coating Systems, Inc.
Permaquick, Inc.
Al-Ghanim Specialties Co W.L.L.
Capillary Waterproofing
FOSROC
BASF
SIKA
TREMCO INCORPORATION
Or approved equal
07140 LIQUID APPLIED WATERPROOFING
CMCI
FOSROC
BASF
SIKA
B&B
Liquid Applied Waterproofing FEB MIDDLE EAST
AL GHANIM SPECIALITIES
SPECIALITY ENG. CHEMICAL
THORTEX
TREMCO INCORPORATION
Or Approved Equal
07161 BITUMINOUS DAMP-PROOFING
CMCI
Cold Applied Bituminous Damp FOSROC
proofing: Master Builders BASF
Approved Equal

© 01 International WLL Page-4/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
07200 BUILDING INSULATION
KIMMCO
Knauf Fiber Glass
Rigid Glass Fiber Board Insulation, Esscofoam
Extruded Polystyrene Insulation
Isofoam
Board, Expanded Polystyrene
Insulation Board: Roofmate
Dow (SA)
Or Approved Equal
07242 EXTERIOR RENDERING ON INSULATION SYSTEMS
Conmix
STO
DRYVIT
Rendering systems on Insulation MORBIT
CERESIL
BASF
Or Approved Equal
07244 EXTERIOR RENDERING
Conmix
SIGMA
TERRACO
Rendering systems
PLAXIT
BASF
Or Approved Equal
07272 AIR BARRIERS
CMCI
Bakor Inc.
Fluid-Applied, Vapor-Retarding
Henry Company
Membrane Air Barrier
Tremco
Or Approved Equal

© 01 International WLL Page-5/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
07500 BITUMINOUS ROOFING SYSTEMS
FOSROC International Ltd.
Master Builders Tech. (MBT Middle East) BASF
AHLIA CHEMICALS
Ais – Texsa as manufactured by Texsa
Lightweight Concrete
Saudi Perlite (KSA)
Gulf Perlite (UAE)
Australia Perlite pty (Australia)
Or Approved Equal
KIMMCO
Knauf Fiber Glass
Esscofoam
Rigid Closed Cell Extruded Isofoam
Polystyrene Board Insulation Roofmate
Dow (SA)
Arabian Chemical Co
Or Approved Equal
I.C.I. Plastic Division
Du Pont International
Filter Fabric (Separating sheet)
ALYAF Industrial Co. Ltd. www.alyaf.com
Or Approved Equal
Dermabit Waterproofing Industries Co.
Servicised Ltd
Al Gurg Fosroc
Unispec
Awazel
Bitumen membrane Sheet
Bitumat
Dermabit
BASF
Henkel
Or Approved Equal
Fosroc
SIKA
Pointing Sealant
Master Builders Tech. (MBT Middle East) BASF
Or Approved Equal
Bio Barrier
Root Protection Layer
Or Approved Equal

© 01 International WLL Page-6/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
07570 TRAFFIC DECK SYSTEM
BASF
For Hospital: High Build solvent free JOTA FLOOR JOTUN
epoxy coating, Solvent Free High FOSROC
Build Epoxy Floor Coating,
Polyurethane Waterproofing Traffic 3M
Deck Coating System STONHARD
Or Approved Equal
JOTA FLOOR JOTUN
BASF
For Other Buildings: High TREMCO
Performance heavy duty self leveling
FOSROC
Epoxy System, Heavy Duty
Polyurethane Coating System CMCI
SICA SIKA
Or Approved Equal
07840 FIRESTOPPING
Hilti
Tremco Inc.
3M Company
Bio Fireshield Inc.,
Firestopping Materials
Dow Coring Corporation
Specified Technologies Inc
Metacaulk
Nullifire Ltd

© 01 International WLL Page-7/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
07920 SEALANTS
Tremco
Pecora Corp
BASF
Multi-Component Polyurethane Fosroc
Sika
Dow Corning
Elastomeric Or Approved Equal
Compounds Tremco
SICA SIKA
Fosroc
One-Part Polyurethane Mameco
BASF
Dow Corning
Or Approved Equal
Fosroc
SICA SIKA
Elastomeric
Self-Leveling Traffic Bearing BASF
Compounds
Pecora Corp
Or Approved Equal
General Electric Co.
Dow Corning Corporation.
Special Purpose
Sanitary BASF
Sealants
Fosroc
Or Approved Equal
08100 HOLLOW METAL WORK
Al Turki Enterprises L.L.C
Building Supplies and Services CO. LLC (BSS)
Dosteen Doors and Engineering services LLC
Al Kuhaimi Metal Industries Ltd.
Hollow Metal Doors
Al Barrak Hollow Metal Doors Division
Middle East Metal Industries
Prometal (UAE)
Or Approved Equal

© 01 International WLL Page-8/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
08130 STAINLESS STEEL DOORS AND FRAMES
Dorma Gulf Door Controls
CECO Doors
Hamad & Moeller Trd. Co.
Door Service Center
Stainless Steel Doors and Frames
Steelcraft, Ingersoll Rand Security Technologies Ltd.
Stainless Doors Inc.
Metal Center Co. W.L.L., www.imcck.com
Or Approved Equal
08200 WOOD DOORS AND FRAMES
Building Supplies and Services CO. LLC (BSS)
Al Turki Enterprises LLC
Service and Trade Co
Dalia Wood – Door Service Center Co
Wood Doors
Salam Industries
Gulf Timber
Zubair Furnishing, Tel: +968 24610800
Or Approved Equal
08330 OVERHEAD ROLLING SHUTTER AND FREE CARRIER SLIDING GATE
Kaba Gilgen
Cornell Ironworks
Hoerman
Crawford
Rolling Shutters Mc Keon
Saudi Crawford doors (KSA)
Alulux (Germany)
Henderson Bostwick Industrial doors Ltd (UK)
Or Approved Equal
08424 INTENSIVE CARE UNITS / CRITICAL CARE UNIT ENTRANCES
Horton Automatics
Intensive Care Units / Critical Care Dorma, www.dorma.com
Unit Entrances Besam by ASSA ABLOY, www.besam.com
Or Approved Equal

© 01 International WLL Page-9/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
08520 ALUMINIUM DOORS AND WINDOWS
SCHUCO
RAICO
TECHNAL
BRITAL
Aluminum Doors and Windows INSTALLUX
System GAFTALDELL (EUROLINE)
WICONA
REYNAERS
GUTMANN
Or approved equal by Engineer
Alico (UAE)
Al Abbar (UAE)
Aluminum Doors and Windows Gutmann (Germany)
Fabricators Arabian Aluminum (UAE)
Thomas Bennett (UAE)
Or Approved Equal
08630 SKYLIGHT SYSTEMS
SCHUCO
EGYBEL
WICONA
TECHNAL
Skylight BRITAL
INSTALLUX
REYNAERS
GUTMANN
Or approved equal by Engineer
Alico (UAE)
Al Abbar (UAE)
Gutmann (Germany)
Skylight Fabricators
Arabian Aluminum (UAE)
Thomas Bennett (UAE)
Or Approved Equal

© 01 International WLL Page-10/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
08710 FINISH HARDWARE
HAFELE
DORMA
GEZE
VBH
Hinges, Locks and Latches, Closers HOPPE/ARRONE
Surface Type with Cover, Door Stops
HAGER
and Bumpers, Flush Bolts, Dustproof
CONSORT-UK
Strikes and Coordinators, Silencers
etc. BRITON
INGERSOLL RAND
Sargent
Pemko
Or approved equal
08800 GLASS AND GLAZING
Pilkington Building Products
Glasstrosch
St Gobain Glass
Guenis, Gulf Engineering and Supply Ltd
Glass
Guardian, www.guardian.com
Interpane Glass (Germany)
Euroglass (Germany)
Or approved equal
Airmech Oman
Zamil Glass Industries
Emirates Glass
Glazing post manufacturers GGI
White Aluminium
Intraco (UAE)
Or approved equal
08900 CURTAIN WALL SYSTEMS
SCHUCO
RAICO
TECHNAL
Conventional curtain wall systems,
Butt glazed aluminum curtain wall BRITAL
system, Shallow mullion, butt glazed INSTALLUX
and structural support, Aluminum GAFTALDELL (EUROLINE)
concealed window part of curtain wall
WICONA
systems
REYNAERS
GUTMANN
Or approved equal by Engineer

© 01 International WLL Page-11/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
Alico (UAE)
Al Abbar (UAE)
Gutmann (Germany)
Curtain wall Fabricators
Arabian Aluminum (UAE)
Thomas Bennett (UAE)
Or Approved Equal
08901 SPIDER SYSTEM CURTAIN WALLS
SCHUCO
RAICO
TECHNAL
BRITAL
INSTALLUX
Spdier system for Curtain walls
GAFTALDELL (EUROLINE)
WICONA
REYNAERS
GUTMANN
Or approved equal by Engineer.
Alico (UAE)
Al Abbar (UAE)
Spdier system for Curtain walls Gutmann (Germany)
Fabricators Arabian Aluminum (UAE)
Thomas Bennett (UAE)
Or Approved Equal
ALUKOBOND
ETALBOND
Related Aluminum Flashing and ALPOLIC
Composite Panels HOWSOLPAN
REYNOBOND
Or Approved equal

© 01 International WLL Page-12/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
09300 TILE
VITRA
CINCA
IMOLA CERAMICA
JOHNSON
AMERICAN MARAZZI TILES
Tiles COLECAO GYOTOKU (BAZIL)
CAESAR CERAMICHIE (ITALY)
KLINKER
AGROB BUCHTAL
MIRAGE GRANITO CERAMICA
Or approved equal
09510 ACOUSTICAL CEILING
OWA
Armstrong Ltd
Salex Interiors Ltd
Acoustical Lay-in Ceiling Panels
Knauf Danoline
USG
Or approved equal
Armstrong Ltd
National Gypsum Co. (KSA)
British Gypsum Co. (UAE)
Gypsum panels
Knauf Danoline
USG
Or approved equal
Danoline
Perforated Acoustical Gypsum Knauf Danoline
Ceiling USG
Or approved equal
Services & Trade Co.
Zubair Furnishing Co.
Al Turki Enterprise
Wood Ceiling Systems
USG
Armstrong Ltd
Or approved equal

© 01 International WLL Page-13/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
09511 FABRIC WRAPPED SOUND ABSORBER PANEL
Asona Ltd.
Texaa
Fabric wrapped sound absorber panel
Sontext
Or approved equal
09650 RESILIENT FLOORING
Mannington
Azrock
Sommer (by Zaina international LTD)
Tarket
Vinyl Composition Tile
Gerflor
Armstrong
Forbo Flooring
Or approved equal
Smarada
Azrock
Sommer (by Zaina international LTD)
Tarket
Sheet Vinyl Flooring
Gerflor
Armstrong
Forbo Flooring
Or approved equal
Forbo Industries
Sommer (by Zaina international LTD)
Sheet Linoleum Tarket
Armstrong
Or approved equal
09651 RUBBER FLOORING
Graboplast Floor Covering Manufacturers Ltd.
Artigo
Natural Rubber Flooring System Noraplan
Johnsonite
Or approved equal

© 01 International WLL Page-14/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
09654 LINOLEUM FLOOR COVERINGS
Forbo Flooring
Tarket
Linoleum tile or sheet flooring
Armstrong
Or approved equal
09950 WALL COVERING
Vescoms
Crown
Vinyl Wall-Covering
Schumacher
Or approved equal
09965 FIREPROOF PAINTS
Nullfire Ltd
Promat by Cafco (Isolatek International)
Nofire-Pyrodynamics International
Fireproof Paint System
Jotun
International Paints
Or approved equal
11150 PARKING CONTROL EQUIPMENT
Kaba Gilgen AG
Federal APD
Magnetic
Automatic barrier gates, card-control
Avon Barrier
units
AGD Barrier
Barriers Direct
Or Approved Equal
11461 KITCHEN APPLIANCE
ZANSSI
BOSCH
AEG
Kitchen Appliances
SIEMENS
L.G.
Or approved equal

© 01 International WLL Page-15/16 Issued for Contract


Project-290
Royal Oman Police General Hospital Issued for Contract
Muscat - Oman November 2015

LIST OF ADDITIONAL MANUFACTURER /


SPECIFICATION
SPECIFICATION TITLE SUPPLIER / INSTALLER INCLUDING
NO.
SPECIFIED ONE
12345 KITCHEN ALUMINUM FURNITURE SYSTEMS
Roca
Carron
Peka
Kitchen Sinks supplier
Franke
Teka
Or Approved Equal
12346 MODULAR STEEL LABORARORY AND WORKSTATION SYSTEM
Hamilton Industries
Kewauhee
Modular Casework
Riyadh Furniture
Waldner
12610 FIXED AUDIENCE SEATING
Concerto, mnf: Arseline
Lamm
Figueras
Fixed Audience Seating Castelli
Riyadh Furniture Industries
Irwin
Or Approved Equal
14201 MACHINE ROOM LESS ELEVATORS
Schindler
Otis
Mitsubishi
Machine Room Less Elevators
Hitachi
Kone
Sigma, LG
14202 ELEVATORS
Hitachi
Mitsubishi
Schindler
Elevators
Kone
Otis
Sigma, LG

© 01 International WLL Page-16/16 Issued for Contract

You might also like