date: 26/04/2021 invitation to bid ... - the un refugee agency

21
1 DATE: 26/04/2021 INVITATION TO BID: No. ITB 002/HCR/RWAKI/2021 FOR SECURITY INSTALLATION OF THE NEW ACCOMMODATION BLOCK AT GASHORA TRANSIT CENTRE CLOSING DATE AND TIME: 26/05/2021 17H00 INTRODUCTION TO UNHCR The Office of the United Nations High Commissioner for Refugees (UNHCR) was established on December 14, 1950 by the United Nations General Assembly. The agency is mandated to lead and co-ordinate international action to protect refugees and resolve refugee problems worldwide. Its primary purpose is to safeguard the rights and well-being of refugees. It also has a mandate to help stateless people. 1. REQUIREMENTS The Office of the United Nations High Commissioner for Refugees (UNHCR), Rwanda, invites qualified vendors to make a firm offer for security installation of the new accommodation block at Gashora Transit Centre (see Annex A for Technical Drawings and Designs). IMPORTANT: Exact technical specifications and the quantities of each items are detailed in Annex A of this document. Please note that quantities/figures have been stated to enable vendors to have an indication of the projected requirements. It does not represent a commitment that UNHCR will purchase all indicated quantities. Quantities may vary and will depend on the actual requirements and funds available regulated by issuance of individual Purchase Order. It is strongly recommended that this Invitation to Bid document and its annexes be read thoroughly. Failure to observe the procedures outlined therein may result in disqualification from the evaluation process. 2. BIDDING INFORMATION: 2.1. ITB DOCUMENTS The following annexes form integral part of this Invitation to Bid: Annex A: Technical Drawings and Designs Annex B: Technical Offer Form Annex C: Bills of Quantities & Financial Offer Form Annex D: UNHCR Vendor Registration Form Annex E: UNHCR General Conditions of Contracts for Civil Works Annex F: UN Supplier code of conduct Rev.06 December 2017

Upload: others

Post on 18-Dec-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

1

DATE: 26/04/2021

INVITATION TO BID: No. ITB 002/HCR/RWAKI/2021 FOR SECURITY INSTALLATION OF THE NEW ACCOMMODATION BLOCK AT

GASHORA TRANSIT CENTRE CLOSING DATE AND TIME: 26/05/2021 – 17H00

INTRODUCTION TO UNHCR

The Office of the United Nations High Commissioner for Refugees (UNHCR) was established on December 14, 1950 by the United Nations General Assembly. The agency is mandated to lead and co-ordinate international action to protect refugees and resolve refugee problems worldwide. Its primary purpose is to safeguard the rights and well-being of refugees. It also has a mandate to help stateless people.

1. REQUIREMENTS The Office of the United Nations High Commissioner for Refugees (UNHCR), Rwanda, invites qualified vendors to make a firm offer for security installation of the new accommodation block at Gashora Transit Centre (see Annex A for Technical Drawings and Designs).

IMPORTANT: Exact technical specifications and the quantities of each items are detailed in Annex A of this document.

Please note that quantities/figures have been stated to enable vendors to have an indication of the projected requirements. It does not represent a commitment that UNHCR will purchase all indicated quantities. Quantities may vary and will depend on the actual requirements and funds available regulated by issuance of individual Purchase Order. It is strongly recommended that this Invitation to Bid document and its annexes be read thoroughly. Failure to observe the procedures outlined therein may result in disqualification from the evaluation process. 2. BIDDING INFORMATION: 2.1. ITB DOCUMENTS

The following annexes form integral part of this Invitation to Bid:

Annex A: Technical Drawings and Designs Annex B: Technical Offer Form Annex C: Bills of Quantities & Financial Offer Form Annex D: UNHCR Vendor Registration Form Annex E: UNHCR General Conditions of Contracts for Civil Works Annex F: UN Supplier code of conduct Rev.06 – December 2017

2

2.2 ACKNOWLEDGMENT

We would appreciate you fill out a form available at the reception of UNHCR Office when submitting your offer. Using same format, please kindly confirm by return email: a.) Receipt of this invitation to bid; b.) Whether or not you will be submitting a bid.

IMPORTANT: Please note that Bid Submissions are not to be sent to the e-mail address above.

2.3 REQUESTS FOR CLARIFICATION

Vendors are required to submit any request for clarification in respect of this ITB by email to [email protected] the deadline for receipt of questions is 17H00 on 15th May 2021. UNHCR will reply to the questions received as soon as possible by means an e-mail addressed to all the pre-qualified vendors concerned. Please note that the items delivered to UNHCR by the selected supplier will also be inspected at the time of its delivery at UNHCR to confirm the correct receipt of items according to UNHCR’s specifications. In case of rejection and non-acceptance of any item due to wrong specifications or bad quality, UNHCR will not be responsible for its returning and transportation, or any cost involved.

IMPORTANT: Please note that Bid Submissions are not to be sent to the e-mail address

([email protected]). Failure to comply with this provision may result in disqualification

2.4 YOUR OFFER

Your offer shall be prepared in English. Please submit your offer using the Annexes provided. Offers not conforming to the requested formats may be not taken into consideration.

IMPORTANT: Inclusion of copies of your offer with any correspondence sent directly to the attention of the responsible buyer or any other UNHCR staff other than the submission e-mail address will result in disqualification of the offer. Please send your bid directly and only to the address provided in the “Submission of Bid” (section 2.6) of this ITB.

Your offer shall comprise the following two sets of documents:

- Technical offer - Financial offer

3

2.4.1 CONTENT OF THE TECHNICAL OFFER

IMPORTANT: No pricing information should be included in the Technical offer. Failure to comply may risk disqualification. The technical offer should only contain all information required.

The technical details of the products requested by UNHCR can be found in Annex A. Your technical offer should clearly state whether the goods you are offering are fully conforming to the product specifications given. Clearly state and disclose any discrepancies with the specifications given.

The following details shall also be provided in the Technical Offer.

Production Capacity: If applicable, The bidder shall state annual production capacity. Delivery Capacity: The bidder shall state the mobilization time, ex-stock quantity and quantities available. Country of Origin of the Supplier and place of Manufacture if applicable : The technical offer shall state the country in which the supplier is registered as well as the country and place of manufacture of the products.

Warranty: The bid shall include ’Defects and liability’ period with terms of warranty where ever applicable.

2.4.2 CONTENT OF THE FINANCIAL OFFER

Your separate Financial Offer must contain an overall offer in a single currency (RWF). The Financial offer is to be submitted as per the Financial Offer Form (Annex C). Bids that have a different price structure may not be accepted. The following details shall be provided for each item: Unit costs: The vendor shall quote the unit price with incoterms “DAP” (delivery at place). The unit cost shall be provided for the supply of product in bulk as well as palletized. Any discounts offered shall be clearly indicated. UNHCR is exempt from all direct taxes and customs duties. With this regard, price has to be given with VAT and without VAT. You are requested to hold your offer valid for 120 days from the deadline for submission. UNHCR will make its best effort to select a company within this period. The quoted prices in the Supplier’s offer will remain valid for the duration of the Frame Agreement. UNHCR’s standard payment terms are within 30 days after satisfactory implementation and receipt of documents in order.

The cost of preparing a bid and of negotiating a contract, including any related travel, is not reimbursable nor can it be included as a direct cost of the assignment.

4

2.5 BID EVALUATION 2.5.1 Technical Evaluation The technical component of the submission will be evaluated using the criteria PASS or FAIL by using the exact same structure as outlined in Annex B, and based on the requirements from Annex A and C.

Below are the Technical Evaluation Criteria The technical evaluation will be based on Pass/Fail method and the Annex B Form will be used for the evaluation.

No Selection Criteria Pass Fail

1 Expertise and experience in local setting on similar projects Experience in construction (1-3 years)

2

Project management: Ability to deliver project objectives, accountability mechanisms and sound financial management, sector specialists, knowledge, and human resources: Team composition (names, CVs of Engineers, Quality Surveyor, Technicians, Project Manager, Accountant, and years in business (at least 1*CV for each type) - If no Engineer = Fail; Less than 3*CVs = Fail

3 Provision of Work Schedule Charts/work plan

4 Provision of audited financial report for the past 6 months

5 Valid RDB Registration

6 Valid VAT certificate

7 Valid Tax Clearance Certificate

Bidders who get 5 passes out of 7 above criteria, will be considered for financial evaluation. For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into RWF using the United Nations rate of exchange in effect on the date the submissions are due. UN Global Compact and other factors: UNHCR supports the UN Global Compact Initiative put forward on 31 January 1999 by UN Secretary-General Kofi Annan that would bring companies together with UN agencies, labor and civil society to support ten principles in the areas of the human rights, labor, environment and anti-corruption. We encourage our suppliers to sign up with the UN Global Compact Initiative.

5

2.5.2 Financial evaluation The financial component will be analyzed only for those suppliers that pass the technical evaluation. All bids from suppliers will be evaluated based on:

• Compliance with the established UNHCR specifications • Delivery capacity and leadtime • Unit cost • Total cost • Incoterms: DAP (Delivery at place): at (Gashora).

For evaluation purposes only, the offers submitted in currency other than US Dollars will be converted into US Dollars using the United Nations rate of exchange in effect on the date the submissions are due. UN Global Compact and other factors: UNHCR supports the UN Global Compact Initiative put forward on 31 January 1999 by UN Secretary-General Kofi Annan that would bring companies together with UN agencies, labor and civil society to support ten principles in the areas of the human rights, labour, environment and anti-corruption. We encourage our suppliers to sign up with the UN Global Compact Initiative.

2.6 SUBMISSION OF BID: Both offers must bear your official letter head, clearly identifying your company. The technical and Financial Offers shall be clearly named and attached and sent as a two separate file attachments to the submission email address [email protected] - with all or supporting documents not exceeding 20 MB (copies of the PDF format documents may, as an addition, be included in Excel or other formats). Kindly indicate in the email subject field: • ITB 002/HCR/RWAKI/2021 / • Name of your firm with the title of the attachment / • Number of emails that are sent (example 1/3, 2/3, etc). Bid must be sent by e-mail ONLY to: [email protected]

Deadline for submission: 26/05/2021, 17:00hrs

IMPORTANT: Any bid received after this date or sent to another UNHCR address may be rejected. UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective pre-qualified vendors simultaneously.

UNHCR will not be responsible for locating or securing any information that is not identified in the bid. Accordingly, to ensure that sufficient information is available, the pre-qualified vendor shall furnish, as part of the bid, any descriptive material such as extracts, descriptions, and other necessary information it deems would enhance the comprehension of its offer.

IMPORTANT: The Financial offer will only be opened for evaluation if the supplier’s technical part of the offer has passed the test and has been accepted by UNHCR as meeting the technical specifications.

6

2.7 BID ACCEPTANCE:

UNHCR reserves the right to accept the whole or part of your bid. UNHCR may at its discretion increase or decrease the proposed content when awarding the contract and would not expect a significant variation of the rate submitted. Any such increase or decrease in the contract duration would be negotiated with the successful pre-qualified vendor as part of the finalization of the Purchase Orders for Goods.

UNHCR may, at its discretion, extend the deadline for the submission of bids, by notifying all prospective suppliers in writing. The extension of the deadline may accompany a modification of the solicitation documents prepared by UNHCR at its own initiative or in response to a clarification requested by a prospective supplier. UNHCR at its own discretion reserve the rights to accept or cancel the whole tender at any stage.

Please note that UNHCR is not bound to select any of the firms submitting bids and does not bind itself in any way to select the firm offering the lowest price. Furthermore, the contract will be awarded to the bid considered most responsive to the needs, as well as conforming to UNHCR’s general principles, including economy and efficiency and best value for money.

2.8 CURRENCY AND PAYMENT TERMS FOR PURCHASE ORDERS

Any Purchase Order (PO) issued because of this ITB will be made in Rwanda Francs. Payment will be made in accordance to the General Conditions for the Purchase of Goods and in the currency in which the PO is issued. Payments shall only be initiated after confirmation of successful completion by UNHCR business owner.

2.9 UNHCR GENERAL CONDITIONS OF CONTRACTS FOR CIVIL WORKS

Please note that the General Conditions of Contracts (Annex E) will be strictly adhered to for the purpose of any future contract. The Pre-qualified vendor must confirm the acceptance of these terms and conditions in writing.

Aliou Haidara, Supply Officer UNHCR Kigali, Rwanda

Digitally signed by Aliou Haidara,Supply Officer, UNHCR CO KigaliDate: 26.04.2021

7

ANNEX A (1/6): TECHNICAL DRAWINGS AND DESIGNS FOR CCTV

8

ANNEX A (2/6): TECHNICAL DRAWINGS AND DESIGNS FOR FIRE SYSTEM

9

ANNEX A (3 /6): TECHNICAL DRAWINGS AND DESIGNS FOR LIGHTENING ARRESTORS

10

ANNEX A (4 /6): TECHNICAL DRAWINGS AND DESIGNS FOR LIGHTENING ARRESTORS (… CONT)

11

ANNEX A (5 /6): TECHNICAL DRAWINGS AND DESIGNS FOR LIGHTENING ARRESTORS (… CONT)

12

ANNEX A (6 /6): TECHNICAL DRAWINGS AND DESIGNS FOR LIGHTENING ARRESTORS CONT

13

ANNEX B: TECHNICAL OFFER FORM

INVITATION TO BID: No. ITB 002/HCR/RWAKI/2021 FOR SECURITY INSTALLATION OF THE NEW ACCOMMODATION BLOCK AT

GASHORA TRANSIT CENTRE

Supplier Name:

Contact name:

Contact phone number:

Contact email address:

Item Description of Criteria Pass/Fail

Documentation attached to your submission

(Yes / No) and Additional comments

from supplier

1

Expertise and experience in local setting on similar projects Experience in construction (1-3 years)

2

Project management: Ability to deliver project objectives, accountability mechanisms and sound financial management, sector specialists, knowledge, and human resources: Team composition (names, CVs of Engineers, Quality Surveyor, Technicians, Project Manager, Accountant, and years in business (at least 1*CV for each type) - If no Engineer = Fail; Less than 3*CVs = Fail

3 Provision of Work Schedule Charts/work plan

4 Provision of audited financial report for the past year

5 Valid RDB Registration

6 Valid VAT certificate

7 Valid Tax Clearance Certificate

14

ANNEX C: BILLS OF QUANTITIES & FINANCIAL OFFER FORM

BILLS OF QUANTITIES FOR BUILDING SECULITIES (CCTV CAMERAS, FIRE FIGHTING AND

LIGHTENING ARRESTERS) ACCOMODATION BUILDING (ITB 002/HCR/RWAKI/2021)

ACCOMODATION BUILDING

SN ITEMS DESCRIPTION UNIT QTY

UNIT PRICE (RWF)

without VAT

TOTAL PRICE (RWF)

Without VAT

I Supply and installation of CCTV Cameras system

1

Winpossee 1/3" cmos sensor,H.264/H.265,

Mstar316DM with SC5235 High-resolution CMOS Senso, DWDR and low illumination; Mainstream: 5MP@15fps ,4MP 20@fps;5MP vairfocal lens, four intelligent detection & analysis functions, plug and play under slink protocol

Pcs 30.0

2

ptz ip (Mstar313E+SONY307)4" Mini High-Speed dome

20X optical zoom Chipset:Mstar313E+SONY307 With

POE and h.265 compression 4pcs Super IR Array LEDs,2pcs laser LEDs

pcs 4.0

2

8 Ports PoE switch:2*10/100Mbps uplink ports,6*10/100Mbps PoE ports, Internal 125W power module, 9 inches design, Builted in power supply: 52V 3A, Long distance: 4ch≥250m,4ch≥150m, Metal housing

Pcs 7.0

3

◆36CH/64CH 4K\5MP\3MP\720P IP input

◆Alarm Input/out: 4 Alarm in/1 Alarm out. Support

audio in/out

◆Internal HDD:4pcs SATA HDD support 6TB

◆8ch support intelligent analysis : target counting goods moving detection zone detection perimeter detection ◆Recording Bandwidth 300Mbps

◆live/Playback:

1 Channel: Real-time @ 4K / 5MP

4 Channels: Real-time @ 4*4K/5MP 6/8 Channels : Big Window: real-time @ 4K;others:real-time@2MP; 9Channels: Real-time @9*3MP; 16Channels: Real-time @16*2MP; 25Channels: Real-time @25*1MP; 36/49 Channels: Real-time @36/49*960*576; 64Channels: Real-time @64*960*540;

◆Bit Rate:64K~16M

Pcs 1.0

4 Cat 6 cable (500 meter) weatherproof Pcs 3.0

15

5 Accessories (RJ45, pipes, attaching tools, Connectors): only for last floor as shown on site by Engineer (ground floor and first floor installed)

Pcs 1.0

5 Rack 42U (closed cabinet) Pcs 1.0

6

HDD DRIVE 2TB, SATA 6Gb/s, 66MB Higher performance with Seagate Acetract servo technology Best for Desktop or all-in-one PCs, home servers and Entry-level (DAS)

Pcs 3.0

7 4k Tv screen 43-inch HD resolution Pcs 1.0

II Supply and fix the fire extinguishers (including to fix the existing one if not fixed)

1 9kg Fire extinguishers comprising CO2 and DCP Pcs 20.0

III Supply and fix the smoke detectors batteries addressable system

1 Provide smoke detectors Lithium Manganese Dioxide batteries for smoke detectors, 9V, 1200 mash, (addressable smoke detectors)

Pcs 90.0

IV Supply and fix the CP control panel

1 Supply and fix the CP Control Panel with batteries as approved by Engineer (two loop addressable system control panel)

Pcs 1.0

V Supply and fix the Break glass

1 Supply and fix the break glass as approved by Engineer Pcs 12.0

VI Supply and fix the heat detector

1 Supply and fix the heat detector (addressable type) as approved by Engineer

Pcs 30.0

VII Supply and fix the alarm siren

1 Supply and fix the alarm siren as approved by Engineer Pcs 12.0

VIII Supply and install fire resistant cable

supply and install fire resistant cable 3*1mm2 full copper

lm 1200.0

16

IX Supply and fix the emergency evacuation and floor plans

1 Supply and installation Plastic Emergency evacuation plans including the lighting system

Pcs 30.0

2 Supply and installation of Plastic Floor plans including the lighting system (exit lighting system )

Pcs 15.0

X Supply and fix assembly points signs

1 Supply and fix the assembly points signs at the safe place where people can be collected in case of fire or another incident.

Pcs 6.0

2 Provision of the Blanding that describes project name and mounted at top of the main building house and with the lighting system. The size to be of 2m*10m

Pcs 1.0

XI Supply and fix the signage panels

1 Supply and fix the signage panels according to different facilities

Pcs 50.0

XII Supply the first aid facility

1 Supply the first aid referring to BS8599-1:2019 Pcs 1.0

XII Supply the walk through

1

Supply and installation of the walk through with: Outranging Power: 100 to 240 VAC at 50 or 60 Hz Audio Alarm: Volume Adjustable Material: Aluminium Coating: Beige Item: Walk-Through Metal Detector Thickness (In.): - Exterior Width (In.): 35 Max. No. Zones: 33

Pcs 1.0

2

Handheld Metal Detector Security Wand - Portable Battery-Operated Super Security Scanner w/ Adjustable Sensitivity, Sound Vibration Alerts, Detects Weapons, Knives and Other Metal Objects - Pyle PMD38, black

Pcs 2.0

17

XIV Supply and installation of Fire hydrants

1

Set of Fire Hydrant complying with BS EN 14384:2005 and Fire hose reel complete with 150 meter long, EN 694:2001 hose; Open/shut,6mm dia orifice, rotary operated, jet-stream nozzle; Brass stop valve or lever ball valve; Zinc plated hose clamps; Galvanized steel nozzle holder complying with B.S 5274. connect the fire hydrants to the underground water tank

Pcs 4.0

2 Supply and installation of the 30m manual hose reels of 1 inch

Pcs 12.0

3 Supply and installation of fire cabinet 750*750*300mm pc 12.0

XVI INTERNET SYSTEM

1 Double faceplate for internet with box Pcs 34.0

2 NETGEAR smart Cloud switch with Flex Poe 24ch (Cisco type)

Pcs 3.0

Internet access point (Cisco type) pcs 6.0

3 Cat 6 cable (305 meter) weatherproof Pcs 3.0

4

Accessories (RJ45, screws, attaching tools, Connectors) power stabilizer, power extension only for last floor as shown on site by Engineer (ground floor and first floor installed)

Pcs 1.0

WATERPROOF SLAB FINISHES

1

Providing and laying integral cement-based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations. (a) Applying and grouting a slurry coat of neat cement using 2.75 kg/sqm. of cement admixed with proprietary water proofing compound conforming to specifications over the RCC slab including cleaning the surface before treatment. (b) After two days of proper curing applying a second coat of cement slurry admixed with proprietary water proofing compound conforming to specifications (c) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement : 4 coarse sand) admixed with proprietary water proofing compound conforming to specifications and finally finishing the surface with trowel with neat cement slurry and making of 300x300 mm square. (d) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed and specified by the Engineer-in-Charge.

SQM 1200.0

GRAND TOTAL WITHOUT VAT

18

OFFICE BUILDING

A. CCTV CAMERAS SYSTEM

i.

NETWORK VIDEO RECORDER HIKVISION Network video recorder 6TB ACTi brand new complete with all necessary accessories required for fixing into racks and configurations - 16 SATA interfaces - Supports up to 12MP cameras - H.265+/H.265/H.264+/H.264 - Connectable to third-party IP cameras

pcs 1

ii. SCREEN HD image screen, LCD 32"Monitor LG or Equivalent complete with bracket and HDMI cable.

pcs 1

iii. 15U rack complete with 2 fans 4No 16A PDU BACK UP Storage 2*6TB

pcs 1

iv.

CAMERA Camera dome for indoor, DS-2CD2122 HIK vision Camera 2MP Network Camera IP Full HD 1080P real time video CCTV

pcs

2

v. Camera Bullet for outdoor, DS-2CD2120 HIK Vision Camera 2MP Network Camera IP Full HD 1080P real time video CCTV

pcs 5

vi.

SWITCH PoE Gigabit switch 24 port with fibber module port D-Link or Net gear switch layer 2-24x10/100/1000 Ethernet PoE+ ports LAN

pcs 1

vii. Giga net Network cable SFTP cat6e lm 1,825

viii. Conduits allowing through slabs, complete with bends and couplers.

pcs 350

ix. Software, programming, test, and trainings ls 1

S/TOTAL 1

19

B FIRE FIGHTING SYSTEM

B.1 FIREALARM SYSTEM

i.

FIRE ALARM PANEL CF30004GPNC or FX50 200Addresses per Loop, 4monitored for open and short circuit, Auxiliary Fault Protection Equipment Output (Monitored)24V 30 mA (max).System Operating Voltage:24Vdc (nom) Terminals for connection of external contacts, can also be instigated via input interface 1 set of changeover contacts operate in event of fire condition RS485. RS232 for connection of repeaters etc. Dependent on loop loading and battery configuration

pcs 1

ii.

SMOKE DETECTION САPT340 Surface mount with CAB300 base. 18V dc to 30V Operating Voltage dc,220A (max)Standby Current 5mA (max). Systems Auto address. Ceiling in open areas and suitable for Eaton Cooper fire systems

pcs 26

iii.

Flush manual Call point CBG370S 17Vdc to 32Vdc Operating Voltage <250μA Quiescent Current Ingress Protection.CBG370S - IP42 Suitable for use with Eaton Addressable fire systems

pcs 4

iv. Wall Visual Alarm Device (VAD), Red Flash Red Base CAB482WS Red flash 7.5m (switchable to 2.48m) and switchable to 1Hz

pcs 4

v. LPCB approved Low smoke halogen free flame-retardant cable 2x1.5sq, mm

lm 250

vi. LPCB approved Low smoke halogen free lame retardant cable 2x1.0sq.mm

lm 530

vii. Cu flexible cable 3x1.5sq.mm lm 50

viii. PVC Conduits heavy gauge to conceal cables complete with accessories (bends, couplers, junction boxes…..)

pcs 580

S/TOTAL 2

B.2 FIRE FIGHTING SYSTEM

1 Hose Reel

i. 30m long, 20mm dia swinging access hose reel,

including hexagonal union and gate valve for maintance isolation, as Angus Model 3 or Approved equivalent

pcs 4

20

2 Fire Cabinet

i. Fire cabinet manufactured in mild steel, epoxy powder, 70 micron min painted red, complete with wall bracket to contain

pcs 4

3 Fire extinguishers

i.

Fire extinguishers (Dry chemical and CO2)9kg all welded 16swg steel body and handle fire extinguisher with textile reinforced noerane hose and high impact nozzle and strike knob. Multipurpose extinguisher rated for fire class A, B and C as manufactured by Angus Model AP 9K or approved equivalent.

pcs 8

4 Pipe work

i. Galvanised steel pipe 32mm completed with all accessories (Joints, tees, elbows, nipples, etc)

lm 85

ii. Galvanised steel pipe 25mm completed with all accessories (Joints, tees, elbows, nipples, etc)

lm 243

iii. 25mm gate valves No. 6

iv. 32mm gate valves No. 11

v. 32mm no reture valves No. 2

vi.

100 mm dia Installation control valve complete with stop valve, alarm valve, combined drain and test valves, pressure gauge, alarm motor and gongs as firekil international or equal approved

No. 1

S/TOTAL 3

C INTERNTET CONNECTION

i. Cisco Catalyst 3650-48PS-S - switch - 24 ports - managed - desktop, rack-mountable with converters and transceivers

Pc 2

ii. Patch cord 1.5m Pcs 7

iii. Giga net Network cable SFTP cat6e lm 1

iv. Single RJ45 Socket. CAT 6SFTP, With clipping support, for direct mounting on full assembled.

pcs 36

v. Giga net 24-port RJ 45 patch panel complete with cable management bar

pcs 2

21

vi.

42 U SX 600mmx1070mm AR 300 Data Administration point metallic powder coated cabinet, for 19" rack mounting with two cooling fans, and 4 No 16 A power outlets

Pcs 1

vii. 1KVA APC UPS rack mountable Pcs 1

S/TOTAL 4

Supply and installation the security lighting system i. 1,5 pvc cable to supply all exit lights lm 150

ii. PVC Conduits Heavy Gauge complete with all accessories

pcs 130

iii. 4W LED L70 @50,000hrs Standalone emergency and wireless Axiom networked emergency models. EMERGENCY WITH DIRECTION LIGHT

pcs 4

S/TOTAL 5

GRAND TOTAL WITHOUT VAT