SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

Similar documents
SPECIFICATIONS FOR TENDER # SUPPLY OF DUCTLESS MINI-SPLIT AIR CONDITIONING SYSTEMS FOR WESTERN HEALTH

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

COUNTY OF ROCKLAND Department of General Services Purchasing Division

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

REQUEST FOR PROPOSALS CLEANING SERVICES

Lead Remediation/Abatement at Forest Blvd., Hugo, MN

Water Heater Innovations Marathon Water Heater Limited Warranty Policies & Procedures

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

TENDER NO: MR 92/2017 SUPPLY OF HIGH VOLTAGE PROXIMITY DETECTORS

11 CONTRACT AWARD FOR SECURITY SERVICES

NOTICE TO CONTRACTORS

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

cbever LY) \HILLS/ AGENDA REPORT

INDUSTRIAL EXTENSION BUREAU

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance.

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

PRO-WATCH NOTIFIER SECONDARY FIRE INTERFACE ARCHITECT AND ENGINEERING SPECIFICATION

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

REQUEST FOR PROPOSAL. Grounds Maintenance

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

DOCUMENT ADVERTISEMENT FOR BIDS

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access.

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Date of Start and downloading the tender 12 sep 2018

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

REQUEST FOR QUALIFICATIONS

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

Sec False alarms.

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

SECTION SECURITY TESTING AND COMMISSIONING

Save energy at home residential natural gas rebate form

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

DOWNTOWN BROCKVILLE BUSINESS IMPROVEMENT AREA (DBIA)

Town of Borden-Carleton

Contact Phone Number: (609) Fax: (609)

Linear Heat Detection Engineering Specifications

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

VERIFICATION OF FIRE ALARM SYSTEMS

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

Brunswick-Glynn County Joint Water & Sewer Commission

Cherokee Nation

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

Fiji Electricity Authority Transmission Unit 2 Marlow Street, Suva

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

Ada Township is soliciting bids for the following commodity or service:

Save energy at home residential natural gas rebate form

SPECIFICATIONS Annual Fire Pump Testing and Inspection Department of Technology, Management and Budget Managed Facilities - Statewide

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

Food Service Incentive Application for Business Customers

Audio Verification and Notification Procedures

DOWNTOWN BROCKVILLE BUSINESS IMPROVEMENT AREA (DBIA) Seasons 1. QUOTE TO SUPPLY FLORAL BASKETS AND BARRELS

CONFERENCE TORONTO

AUTOMATIC FIRE ALARM MONITORING

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

Food Service Incentive Application for Business Customers

Annual Fire Systems and Backflow Preventers Testing

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

EAST BAY MUNICIPAL UTILITY DISTRICT

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

REQUEST FOR PROPOSAL

NOTICE INVITING TENDER

The following are the terms and conditions for the firms for submission of bids:

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

Request for Proposal (RFP) for Gutter Cleaning, Repair and Leaf Guard Installation

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

Massachusetts COOL SMART

Sheetz Inc. Fire Protection Service Guidelines

BID PROPOSAL-REVISED

Round Rock Independent School District

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

CITY OF EAU CLAIRE, WISCONSIN REQUEST FOR PROPOSALS

Request for Qualifications For Administration of the 2016 Summer Sprout Program

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

Security Alarm Monitoring Agreement

K- ELECTRIC COMPANY TENDER NOTICE

PRIVATE FIRE SERVICE INSTALLATION PACKET

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

NB/ 0695/MFFS/P 17A Feb 18 REQUEST FOR INFORMATION (RFI) FOR SUPPLY AND INSTALLATION OF MAGAZINE FIRE FIGHTING SYSTEM

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

Transcription:

SPECIFICATIONS FOR TENDER #0371-0739 SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH CLOSING DATE: 8 June 2007 CLOSING TIME: 11:00 AM (Newfoundland Time)

Invitation to Tender for a Fire Alarm Systems Service Agreement 1.0 General Provisions 1.1 Intent This invitation to Tender is intended to obtain a Fire Alarm Systems Service Agreement complete with emergency coverage for the Western Regional Integrated Health Authority (Western Health) at the sites as listed on Appendix A. This Tender is concerned with the acquisition of a Fire Alarm Systems Service Agreement for all Sites listed on Appendix A with consideration of the following: - Service and maintenance support. - All manuals, documents and initial supplies. - Training and training manuals. - Replace Parts. 1.2 Client Background Western Health was established in 2005 and is responsible for the delivery of Health and Community Services in the Western Region. 1.3 Vendor Response 1.3.1 Vendor s tender must contain an Executive Summary which shall contain: a. A list of three (3) other Institutions presently under contract with contact names and telephone numbers at these sites. b. The name, title and address of the Vendor s representative responsible for the preparation of the Tender.

1.3.2 All prices quoted for goods and services must be specified in Canadian dollars, FOB. All Tenders will be held to be valid for ninety (90) days following the Tender closing date. 1.3.3 Tenders must be received in full on or before the exact closing time and date indicated. TENDERS RECEIVED AFTER THAT TIME WILL NOT BE CONSIDERED. 1.3.4 All costs relating to the work and materials supplied by the Vendor in responding to this Invitation to Tender must be borne by the Vendor. 1.4 Communication During Tendering 1.4.1 All communications with Western Health with respect to this invitation to Tender must be directed in writing to the attention of: Mr. John Piercey Regional Director, Materiels Management Western Health P.O. Box 2005 Corner Brook, Newfoundland A2H 6J7 Tel: (709) 637-5511 Fax: (709) 634-2649 Email: johnpiercey@westernhealth.nl.ca 1.4.2 Western Health may, during the assessment period, request meetings with the Vendors to clarify points in the Tender. No changes by the Vendor will be permitted after the Tender closing date. 1.4.3 Faxed Tender responses will be accepted with the condition that the original Tender documents are received at Western Health s Materiels Management Department no later than Five working days following the Tender closing date. 1.4.4 All bids must be sent in a sealed envelope clearly marked with Tender Name and Number to: Materiels Management Department, Western Health, Western Memorial Regional Hospital, Lower Level, P.O. Box 2005, Corner Brook, NL A2H 6J7. 1.4.5 Bids submitted by electronic transmission (e-mail) will not be accepted.

1.4.6 Companies submitting fax Tenders are doing so at their own risk and the fax Tender must be at the public opening as specified in the Tender information. This Authority will not be responsible for inhouse courier services if companies submit quotations by fax machine. The time stated on the fax Tender will become null and void since it is the responsibility of the company placing the Tender to have their Tender at the public opening, therefore, this Authority will not be responsible for any damages or liabilities. 1.5 Tender Acceptance 1.5.1 Any acquisitions resultant from this invitation to Tender shall be subject to the Public Tendering Act. 1.5.2 The Tenders shall be opened in the Private Dining Room at The Western Memorial Regional Hospital on the scheduled date and time. 1.5.3 Any Tender may be accepted in whole or in part. The lowest Tender may not necessarily be accepted and Western Health reserves the right to cancel the Tender call. Western Health shall not be held responsible or liable for the payment of any costs that are incurred by the bidder in preparing a Tender in response to this invitation to Tender. 1.6 Warranty The Vendor shall warrant that products supplied to Western Health shall equal the published specifications. The Vendor shall provide no less than a 1-year warranty products supplied. The Vendor agrees to provide a 30 day warranty on all services provided. 2.0 Scope of Work 2.1 Qualifications 1. The Vendor awarded this contract must be "Qualified" according to Office of the Fire Commission. Standards Note: "Qualified" means one of the following: 1. A manufacture of the specific buildings Fire Alarm system. 2. A Manufacture's Agent of the specific buildings Fire Alarm system.

3. A certified, (Underwriters Laboratories of Canada) CAN/ULC S536-M86 contractor, qualified for maintaining the specific Fire Alarm system in the building. 2. The "Qualified" Vendor shall furnish all necessary labour, material, parts, tools and equipment to carry out full maintenance service in accordance with the work schedule and the manufacturer's manuals. 2.2 Examination of Premises 1. All Vendors tendering should examine the sites of the proposed work prior to submitting their tender and become thoroughly acquainted with same and obtain any and all information that may be necessary to properly execute contract. 2. Make arrangements with Keith Allen, Regional Director ~ Physical Infrastructure Support (Telephone: 709-637-5000 Ext. 5552) or Debbie Noseworthy ~ Administrative Assistant (Telephone: 709-637-5000 Ext. 6220) prior to site visits. 2.3 Work Included 1. Inspections and testing. 2. Replacing or changing parts, controls, indicating lamps, batteries, power supplies and lubricants. 3. This contract is for a five (5) year term commencing upon the awarding of this contract with option to extend for a further 2 years. 4. Emergency and service calls. 5. All sites to have one (1) inspection per year. 2.4 Equipment 1. Fire Alarm System which includes, but not limited to: 1. Fire Alarm System. 2. All remote auxiliary Fire Alarm Station operation. 3. All annunciator and communication system operation. 2. All associated devices and equipment related to the system installed.

2.5 Emergency and Service Calls 1. Provide twenty-four (24) hour a day, seven (7) days a week tollfree answering service for emergency and service calls. 2. Provide on-site service within four (4) hours of receiving a service or emergency call. 3. Cost of emergency services shall be included in contract amount. Failure of equipment or systems to perform their basic functions shall be considered an emergency. Emergency Service calls that are the result of an event not related to the Fire Protection Equipment Systems covered in this contract, e.g. Water Damage shall be at an extra cost. 4. Any service that the vendor considers outside of the terms of the agreement shall be first forwarded to the Western Health representative prior to commencement of the work. 2.6 Replacement Parts 1. The Contractor is required, at their cost, to repair or replace worn or defective parts or complete components of the system/s using only genuine manufactures' replacement parts. Replacement parts by another manufacturer may be used with written permission of the Regional Director, Physical Infrastructure Support, or his delegate. 2. All replacement parts will be new. 3. Replacement parts covered by this contract do not include parts damaged due to vandalism or water. A written report shall be produced for each occurrence. 4. Defective parts shall be replaced within twenty-four (24) hours. 5. Where the Hospital has an equipment and inventory system the Vendors service person shall comply with the procedure required to update service and inventory records. 2.7 Frequency 1. Fire Alarm System /s: The first maintenance inspection shall be completed within thirty (30) days of commencement of the term of the contract. Exception will be given to systems that are less than 12 months from the last inspection.

Subsequent inspections shall be completed on an annual basis. 2. Service reports to be issued after each inspection. These reports shall be typewritten and comply with the requirements of CAN/ULC- S536-M86. All reports will be forwarded to Regional Director. All service reports shall be signed by the site Facility Support Manager or Lead Hand for those sites that do not have a Facility Support Manager. 3. Final Inspection: Notification by the vendor to the owner that the final inspection of this contract is complete. 3.0 Training / Service 3.1 Training The Vendor shall provide on-site training to staff in the operations and maintenance of the Fire Alarm Systems. All costs associated with this training shall be included in the total Tender price. The length of such training shall be what is reasonably required to train the users of the equipment and shall be documented. 3.2 Service 3.2.1 The Vendor shall provide with their submission of this tender an hourly rate charged for extra work for alterations or modifications to the system/s. 3.2.2 The Vendor shall provide Service and Parts Manuals required to service the equipment. 4.0 Product History and Vendor Reputation 4.1 The Vendor shall provide a list of three (3) organizations where a similar Unit has been installed. Include a contact person for each organization. 5.0 Financial Considerations 5.1 All applicable taxes shall be indicated in the Tender. 5.2 All costs for training shall be included in the Tender. This includes any travel, meals and accommodation.

5.3 Terms of Payment The Authority agrees to pay the full invoiced amount within 30 days following receipt of invoice by Western Health. 6.0 Vendor Confirmation (please sign) I confirm that our Tender meets or exceeds the specifications detailed in this invitation to Tender. I also confirm that all specifications are included in the quoted price. Any items that are optional are noted accordingly. Signed Title Company Name Tender Price $ Tax Extra Yes No Notes to Vendor: 1. Vendors are reminded to verify types of system upon their site visit. 2. Vendor shall submit prices for individual sites. 3. Sites shall be invoiced separate with signed serviced reports attached to the invoice. Not having signed service reports attached shall delay payment until service reports are supplied. No interest charge shall be charged due to any delay.

APPENDIX A This Tender is for the supply of all Labor and Parts to service the systems listed in the following table. Please confirm by answering yes/no in the appropriate spaces that your proposal includes same. Also please provide individual site pricing in the appropriate column. SITE LOCATION SYSTEM Labor ( Yes/No) Parts (Yes/No) Price Western Memorial Regional Hospital Corner Brook EDW-6500 Monaghan Hall Corner Brook EDW-6500 O Connell Center Corner Brook EDW-IRC Hammond Building Corner Brook Chubb 300 Interfaith Home & Cottages Corner Brook EDW-6500 Dr. Charles LeGrow Port aux Basques EDW-6500 Gateway Cottages Port aux Basques EDW-6500 Calder Health Care Center Burgeo Simplex Ramea Clinic Ramea EDW-2280 Bay St. George Senior Home BSGSH Cottages #1 Congregate Housing Stephenville Crossing Stephenville Crossing Stephenville Crossing EDW-6500 Prirotronics EDW-6616 Sir Thomas Roddick Hospital Stephenville EDW-8500 Bonne Bay Hospital Deer Lake Community Health Building Rufus Guinchard Health Care Center Shamrock Crescent Norris Point Deer Lake Port Saunders Corner Brook Notifier AFT- 300 INST-13182 Honeywell Notifier SFP- 400B

TENDER CHECKLIST TENDER #0371-0739 DID YOU INCLUDE HAS TENDER SUBMISSION BEEN SIGNED Yes No COPY OF REQUIRED TENDER DOCUMENTS Yes No COPY OF BROCHURES (IF REQUESTED) Yes No COPY OF WCB LETTER OF GOOD STANDING (IF REQUIRED) Yes No COPY OF PROOF OF INSURANCE (IF REQUIRED) Yes No AMOUNT OF TAX NOTED ON REQUEST FOR QUOTATION FORM Yes No OPTIONAL PRICING FOR TRAINING INCLUDED Yes No NOTE: TENDER RESPONSES MAY BE REJECTED IF YOU ANSWER NO TO ANY OF THE ABOVE QUESTIONS.