UN Secretariat
5 year contract to furnish all labour and materials required to inspect, service, adjust and per ... Request for EOI

Reference: EOIUNPD19170
Beneficiary countries: United States of America
Registration level: Basic
Published on: 26-Nov-2021
Deadline on: 26-Dec-2021 00:00 (GMT 0.00)

Description
No sub-contractors shall be allowed to perform services by the Contractor under this agreement, without prior acceptance by the United Nations. If a contractor plans to submit a proposal with a subcontractor as a business/operational partner, they should clearly state so in its proposal, clarify who will be the leading firm and who will be the subcontractor. The UN might request additional information for proper evaluation of the sub-contractor.    SERVICES TO BE PROVIDED Emergency services, battery provision and replacement in addition to inspection, maintenance and testing services of the fire suppression systems. The routine services are to be performed twice a year, at six months intervals, at the United Nations Headquarters Complex and its Annex buildings, as listed in Appendix 1 of Annex C-2/A. All tests and inspections will be in total compliance with applicable National Fire Protection (NFPA) standards and New York City Fire Department Periodic Inspection and Certification Requirements. The scope of the services are to include, but not limited to, the following: 1. Provide all necessary labor and equipment to inspect, service, adjust and perform routine maintenance of the Fire Suppression System to include smoke and fire monitoring and Fire Extinguishing Systems located at the specified locations on a semi-annual basis in accordance with manufacturers’ specifications, as required by current NFPA, NYC Fire Department Code requirements, and insurance carrier requirements. 2. Check Carbon Dioxide cylinders in the manner prescribed by the manufacturer to determine the contents continue to be maintained in accordance with requirements. 3. Test for proper operation of Manual controls and releasing equipments. 4. Check all automatic features of system in the manner prescribed by the manufacturer as applies to the particular detector system used, as indicated below: a) Change Fusible links. b) Check Electric heat detectors: Heat will be applied to each detector to verify operation in accordance with NFPA 72E. c) Clean, calibrate and functionally test smoke detectors. 5. In the performance of inspections, in addition to the circuit test, all actuating devices shall be physically activated to ascertain their proper electro-mechanical function. 6. Except for the kitchen facilities and the vault storage areas, the testing and maintenance for all areas must be performed off-hours, scheduled through UN project managers. 7. Provide a complete written report on each inspection. During inspections and testing, a UN Fire officer and an inside electrician shall be present to oversee the inspection. Approval to perform repairs outside the scope of this contract shall be obtained from the UN designated Project Manager prior to undertaking any such work. Certification and acceptance tags should be left mounted on the system to be available to Fire Department or insurance company inspector. B. ADDITIONAL SERVICES: (I) BATTERY PROVISION AND REPLACEMENT The contractor shall provide battery and replacement services for the batteries specified in Annex C-2B on commencement of contract and every three (3) years thereafter. (II) EMERGENCY RESPONSE The contractor shall provide twenty-four (24) hour seven days a week emergency service to maintain the fire suppression systems in proper operation. Emergency service will be provided no later than two (2) hours after notification. Emergency repairs and services shall be accomplished within twenty-four (24) hours of notification from the Plant Engineering Section (PES). The contractor shall provide two hundred (200) hours of emergency services: available 24 hours a day, seven (7) days a week including all labor and materials to respond to emergency calls. (III) ACCIDENTAL DISCHARGE In the case of an accidental discharge, the contractor shall refill tanks as required hence the contractor shall provide cost of refill per system. The contractor shall respond in the event of an accidental discharge no later than two (2) hours after notification. (IV) MAJOR EQUIPMENT The contract price shall include replacement of major front-end components and equipment that may need to be replaced. (V) INTEGRITY TEST ON ALL GASEOUS SYSTEM The contractor shall perform integrity testing on all Novec and FM 200 Systems on an annually basis as required by New York City Code. (VI) TESTING AND REPLACING FIRE EXTINGUISHER The contractor shall perform Hydrostatical Testing on Fire Extinguishers on an annual basis. Any fire extinguisher failed that the test shall be replaced promptly. The contractor shall ensure that fire extinguishers be available at all times. C. COMPLETION TIME All work under this contract shall be completed within the time frame specified in the work order or contract documents, unless otherwise noted. The contractor will be responsible to provide the necessary labor needed to complete the installation within the specified period. D. GOVERNING REGULATIONS All work and materials shall comply with the latest requirements of all local, state, and federal regulations and all other rules, codes and ordinances governing this work including, but not limited to, N.F.P.A standards.   More information to be included in the solicitation document.  

Mr. Sasa Vladu