Provision of Maintenance Services for X-ray Baggage Scanners & Walkthrough Metal Detectors (Re-advertisment) tender at Radisson Blu Hotel & Convention Center Kigali
New
Website :
1 Day Ago
Linkedid Twitter Share on facebook

PERIOD OF SERVICES: FRAMEWORK CONTRACT

Radisson Blu & Kigali Convention Center Ltd (KCC) wishes to invite all interested and qualified bidders to submit their best proposals for PROVISION OF MAINTENANCE SERVICES FOR X-RAY BAGGAGE SCANNERS & WALKTHROUGH METAL DETECTORS according to the Scope of Work (SoW) detailed below.

BACKGROUND

The Radisson Blu Hotel & Convention Center in Kigali is just 5 kilometers from the bustling city center and Kigali International Airport (KGL). Our contemporary hotel is situated in an office park with Kigali Convention Center. Our Kigali hotel's 291 rooms and suites offer private balconies and free high-speed Wi-Fi. 2 on-site restaurants, including one with all-day dining, serve up continental and Rwandan favorites as well as the Super Breakfast Buffet. For a light bite or a relaxing nightcap, visit the Lounge Bar. The hotel also offers fitness center and outdoor swimming pool and 650 parking bays.

The Kigali Convention Centre (KCC) is adjacent to the Radisson Blu Hotel & Convention Centre. KCC has a net floor area of 32,200 square meters, and the building contains facilities for business, leisure and events. Our meeting rooms are fully equipped with the latest technology and AV equipment for a successful event. There is a total of 18 versatile meeting spaces, including a state-of-the-art auditorium that can hold up to 2,600 guests for weddings or professional business meetings.

SCOPE OF WORK

General

Radisson Blu & Kigali Convention Center Ltd (KCC) seeks to appoint a service provider for maintenance services for X-Ray Baggage Scanners & Walkthrough Metal Detectors.

Key Deliverables

  1. Provide comprehensive maintenance service.
  2. Provide repair service.
  3. Submission of reports and record keeping
  4. Provide spare parts, as and when required.
  5. Provide qualified and competent technicians.

SCOPE OF SERVICES AND DUTIES

Maintenance checklist for X-Ray Baggage Scanner

Sr. No.

Task

Q1

Q2

Q3

Q4

1.

Check the visual and mechanical parts

2.

Vacuum Systems interior and exterior

3.

Lubricate conveyor of rollers

4.

Inspect condition of conveyor and lasing

5.

Adjust conveyor belt tension

6.

Inspect condition of x-ray sensor dust shield

7.

Inspect X-ray generator oil leaks

8.

Align and clean optical sense modules

9.

Test indicator lamps for proper operations

10.

Inspect the electronics parts of the machine

11.

Test & Adjust Tube Voltage & Current

12.

Test operator control panel

13.

Adjust monitors

14.

Inspect conveyor relays

15.

Test & Adjust power supply voltage

16.

Verify x-ray image and resolution

17.

Inspect operational safety

18.

Inspect AC line codes for damage and test for proper grounding

19.

Inspect finger guards and/or pop-out-rollers

20.

Verify conveyors under panels are securely attached

21.

Test Emergency Stop Switches

22.

Inspect radiation safety

23.

Measure radiation doses per inspection

24.

Test all safety interlocks for proper inspection

25.

Measure external radiation emission

26.

Test all “X-RAY ON” indicators for proper operations

27.

Inspect condition of lead curtains

28.

Repair all current existing soft and hardware faults with system.

29.

Basic training on user operation

Maintenance checklist for Pass-Through Metal Detectors

1.

Inspection with operational test piece

2.

Inspect the green ready light operation

3.

Diagnostic the problem by running the machine in self-test mode

4.

Address the errors by responding to alarms

5.

General Maintenance and troubleshooting

6.

Locating and resolving noise sources

7.

Basic training on user operation

Bid’ Requirements:

All bids must comply with the below requirements:

  • Must meet the required Terms and Conditions for the tender/bid.
  • Payment terms: 30 days from invoices reception

Bidding Instructions

  • Contact details: requests for clarification and bids must be submitted in writing only to: kigali@radissonblu.com
  • Language: only bids submitted in English will be accepted
  • Currency: All bids must be in RWF
  • Bid Validity: 120 days

Deadlines (submissions received after these dates will not be considered):

  • Final bids must be submitted before 10:00 AM on 7th June 2025
  • Awarding of contract: The most competitive bids will be shortlisted, and the respective suppliers will be invited to defend their proposals. Unsuccessful bidders will be informed of the outcome

Bid documents

Your bid must include the following documents:

  1. Company Certificate of Incorporation or Chamber of Commerce registration proof.
  2. Valid tax certificate from relevant local authority (not older than 6 months from the submission of this tender) demonstrating you comply with your tax obligations
  3. Corporate Income tax (CIT) assessments year 2020-21,2022-23-24
  4. Valid Social Security certificate (RSSB)
  5. Valid Certificate of non-bankruptcy delivered by RDB (MANDATORY)
  6. List of current clients
  7. The financial offer which indicates the detailed price structure is required.
  8. At least three (3) references of similar service provision (PROVISION OF MAINTENANCE SERVICES FOR X-RAY BAGGAGE SCANNERS & WALKTHROUGH METAL DETECTORS) in the past 5 years. This should be proven by good performance certificates. (Certified)

Please note the bid documents must be in PDF format, signed & stamped and should not exceed 15 mb in size to avoid rejection by our email server. If the size of the documents exceeds 15 mb can be submitted physically to Radisson Hotel & KCC reception.

Price Schedule A – Maintenance Service Cost breakdown

SN

Description

Quantity

Unit price/Month

1.

Astrophysics XIS-100 series X-Ray Luggage Scanner Non-comprehensive maintenance.

2

2.

Astrophysics XIS-6545 series X-Ray Baggage Scanner Non-comprehensive maintenance.

1

3.

Rapiscan 620XR VE series X-Ray Baggage Scanner Non-comprehensive maintenance.

1

4.

Baggage Parcel X-Ray Inspection System (Ld 5030 )

1

5.

Garrett PD 6500i non-comprehensive maintenance.

5

VAT 18%

TOTAL Price VAT Incl. (Rwf)

Price Schedule B – Spare Parts

List of spare parts - Astrophysics XIS6545 & XIS100

Part Description

Price/Unit in RWF

 AOCP (Control Panel), 7' side mount

 Control Panel (AOCP), 15' table mount

 LXDA Board w/ Photodiodes 160KV & 180KV 2.0

 LXDA Board w/ Photodiodes 3.2

 PLC, Micrologix 810

 PLC, Micrologix 1000

 PCB, DCI*

 UPS, Opti, 220VAC

 UPS, Opti, 110VAC

 UPS, Opti, 800KV, 110VAC, Dual View

 UPS, Opti, 800KV, 220VAC, Dual View

 Power Supply 12VDC, 10A TRIO

 Power Supply 5VDC, 15A QUINT

 PC, Avatar Core i5, Win 7

 PC, Avatar Core i5, Win XP

 USB Security Key

 DAS Board 3.2**

 DAS Board 2.0**

 65V Power Supply, 90KV

 65V Power Supply, 160KV

 65V Power Supply, 180KV

 65V Power Supply, 200KV

 Cathode + Anode, 320KV

 90 KV Controller

 160 KV Controller

 180 KV Controller

 200 KV Controller

 90 KV Generator Tank

 160 KV Generator Tank

 180 KV Generator Tank

 200 KV Generator Tank

 320KV Tube

 90 KV Generator Set

 160 KV Generator Set

 180 KV Generator Set

 200 KV Generator Set

BASIC COMMON PARTS

 PC/PLC Board

 LED Indicator Assembly

 LED Board

 PCI express parallel card

 Avatar, Cable Serial/Parallel Port

 SSD 120GB

 Video Card, EVGA, GT740 2GB 

 Photocell Transmitter

 Photocell Receiver

 Cypress Chip

 Hard Drive, 500GB (with software)

 10A Circuit Breaker (220V)

 15A Circuit Breaker (110V)

 Relay, 12VDC

 Fuse, 10A

 Capacitor, 35MFD

 Emergency Stop Switch, lighted

Interlock Switch

Key Switch

Inverter- Allen Bradley, 110V

Inverter- Allen Bradley, 220V

BELTS

Conveyor Belt - 6545 SC

Conveyor Belt – 100DV

MOTORS

6545 Motor

100X Motor

IDLERS

6545 Idler

100X Idler

SNUB ROLLERS

6545 Roller

100X Roller, Heavy Duty

CURTAINS

Curtain, One Side, 6545

Curtain, One Side, 100X DV

(* All quoted prices exclude VAT and 18% VAT shall be charged on the quoted prices)

List of Spares - Garrett PD6500i

Part Description

Sales Price/Unit in RWF

Panel B PD 6500i

PCB Assy Spare TX/Ctlr PD6500i

PCB Assy Spare RX PD6500i

PCB Assy Spare IR Emitter

B Assy Spare IR Detector

Spare Light Bar Controller

WT2000 Control Bar for the slave lights

WT2000, Power Supply

Panel Touch Magna scanner PD6500

Speaker Assembly

Bid Evaluation Criteria

Bids will be evaluated as follows:

Technical

Specifications

The bidder demonstrates the ability to meet the requirements

Pass/Fail

Price

The price offered by the bidder is competitive versus the other

offers

Competitive/Non-

competitive

Payment terms

The bidder offers payment terms of at least 30 days or more.

Offers with payment terms of 45 days or more will be favored.

Competitive/Non-

competitive

Supporting documents

The bidder has provided the correct supporting documents

Pass/Fail

DETAILED EVALUATION AND QUALIFICATION CRITERIA

  • This section contains the criteria that the Employer shall use to evaluate tender and qualify tenderers. No other factors, methods or criteria shall be used other than specified in this tender document. The Tenderer shall provide all the information requested.
  • The Procuring Entity shall use the criteria and methodologies listed in this Section to evaluate tenders and arrive at the Lowest Evaluated Tender. The tender that (a) meets the qualification criteria, (b) has been determined to be substantially responsive to the Tender Documents, and(c) is determined to have the Lowest Evaluated Tender price shall be selected for award of contract.
  • The Procuring Entity will start by examining all tenders to ensure they meet in all respects the eligibility criteria and other mandatory requirements in the bid document, and that the tender is complete in all aspects in meeting the requirements provided for in the preliminary evaluation criteria outlined below. Tenders that do not pass the Preliminary Examination will be considered non- responsive and will not be considered further.

CLARIFICATION OF THE PROCUREMENT PROCESS

Bidders are solely responsible, at their own cost and risk, for obtaining information that may be necessary for preparing proposals and entering into the contract.

Amendment of Tender Document

  • Radisson Blu & KCC Ltd reserves the right to modify any content of the TD without incurring any liability to any bidder. Any such amendment shall be communicated on online platform where the tender was published. It is the sole responsibility of bidders to ensure they are aware of any amendment and take the amendment into account in preparing proposals.
  • A bidder requiring any clarification shall notify Radisson Blu & KCC Ltd in writing at the details provided in the TD and within the period for clarification.
  • Radisson Blu & KCC Ltd shall determine, in its sole discretion, to accept or reject any query or request for change. Any response from Radisson Blu & KCC Ltd shall be binding on bidders.
  • A bidder who contacts any member of Radisson Blu & KCC Ltd staff directly or indirectly in relation to the procurement (except staff specified in the TD) shall be disqualified.
  • Radisson Blu & KCC Ltd shall not respond to any query or request received after the deadline.

Late Proposals:

  • Radisson Blu & KCC Ltd shall not consider any proposal received after the deadline for submission of proposals. Any proposal received by Radisson Blu & KCC Ltd after the deadline for submissions shall be declared late and rejected by the Bank.

Terms and Conditions

  • Bids should be valid for at least 120 days from the final submission
  • All bids will be treated strictly
  • All suppliers are expected to adhere to the Radisson Blu & KCC ltd Supplier Code of Conduct
  • The tender award is non-exclusive. Radisson Blu & KCC Ltd reserves the right to award service agreement to multiple suppliers.
  • Radisson Blu & KCC Ltd reserves the right to cancel the
  • Radisson Blu & KCC Ltd is not liable to disclose an explanation related to the outcome of the
  • Radisson Blu & KCC Ltd reserves the right to ask suppliers of proof of financial capabilities

STAGE ONE: PRELIMINARY EVALUATION CRITERIA (MANDATORY REQUIREMENTS)

No.

PRELIMINARY EVALUATION - MANDATORY REQUIREMENT

Responsiveness (Yes/No)

1

Company Certificate of Incorporation or Chamber of Commerce registration proof.

2

Valid tax certificate from relevant local authority (not older than 6 months from the submission of this tender) demonstrating you comply with your tax obligations

3

Corporate Income tax (CIT) assessments year 2020-21,2022-23

4

Valid Social Security certificate (RSSB)

5

Valid Certificate of non-bankruptcy delivered by RDB (MANDATORY)

7

List of current clients

8

At least three (3) references of similar service provision (PROVISION OF MAINTENANCE SERVICES FOR X-RAY BAGGAGE SCANNERS & WALKTHROUGH METAL DETECTORS) in the past 5 years. This should be proven by good performance certificates. (Certified)

NOTE: AT THIS STAGE, THE TENDERER’S SUBMISSION WILL EITHER BE RESPONSIVE OR NONRESPONSIVE. THE NON-RESPONSIVE SUBMISSIONS WILL BE ELIMINATED FROM THE ENTIRE EVALUATION PROCESS AND WILL NOT BE CONSIDERED FURTHER.

STAGE TWO - TECHNICAL EVALUATION

No.

Description of Criteria

Proof Required

Weighting Scores

Max Score

1

Company profile

Bidder must submit a company profile indicating their core function, age and capability in providing services similar in nature to commercial / hospitality establishments.

  • No submission or < 3 years providing scope similar in nature - 0 points
  • 4 and < 7 years providing scope similar in nature with a company profile indicating core function, age and capability. - 5 points.
  • 7 and < 9 years providing scope similar in nature with a company profile indicating core function, age and capability. - 10 points
  • > 9 years providing scope similar in nature with a company profile indicating core function, age and capability. – 15 points

15

2

Company Experience and performance capabilities 

Bidders must have experience in providing repairs and maintenance on x-ray machines and walkthrough metal detectors. Demonstrate related experience and performance capabilities:

· A minimum of three (3) good completion certificates are required.

· The bidder to include a list of previous and current projects between 2022 and 2025

· Due diligence may be conducted on submitted assignments list.

  • No submission or < 3 relevant references – 0 point
  • 3 and < 6 relevant references submitted – 5 points.
  • 6 and < 8 relevant projects submitted – 10 points.

10

3

Methodology of the Firm

· Plans to monitor the provision of the services and the frequency thereof. 

· Contingency Plan for continued provision of the services

· Reporting mechanisms

15 points

10 points

10 points

35

4

Repairs and Maintenance Plan

An on-site repairs and maintenance plan must be provided for a period of the contract. The plan must furnish the following:

Must be able to warrant availability of spare parts for the contract period

Ability to provide a log of all test results and provide written reports confirming all the findings and recommendations on completion of the repairs and maintenance

Respond to emergency calls as and when required

5 points

10 points

5 points

20

5

Competencies of key technical staff ((Bidders are requested to attach CVs of key staff)

Provide CV’s and Certificate(s) of experienced resources (qualified technician) on the equipment identified to be utilized for the duration of the contract.

  • No submission = 0 points
  • 3 and < 6 relevant experience of resources/staff – 5 points.
  • 6 and < 8 relevant experience of resources/staff – 10 points.

10

6

Financial Compliance/sustainability

Bidder must submit the below:

  • Corporate Income tax (CIT) assessments year 2020-21,2022-23-24
  • Audited Financial Statements of the FY 2022-23-24

5 points

5 points

10

TOTAL SCORES

100

NOTE: Pass mark for technical evaluation is 70%. The bidder who attains 70% and above in the Technical Evaluation shall proceed to financial evaluation and post qualification checks.

Financial Evaluation

The financial evaluation shall be undertaken for bidders meeting the preliminary/Mandatory and technical requirements. Price schedule Must be fully filled, signed and stamped.

Terms and Conditions

  • Bids should be valid for at least 120 days from the final submission
  • All bids will be treated strictly
  • All suppliers are expected to adhere to the Radisson Blu & KCC ltd Supplier Code of Conduct
  • The tender award is non-exclusive. Radisson Blu & KCC Ltd reserves the right to award service agreement to multiple
  • Radisson Blu & KCC Ltd reserves the right to cancel the
  • Radisson Blu & KCC Ltd is not liable to disclose an explanation related to the outcome of the
  • Radisson Blu & KCC Ltd reserves the right to ask suppliers of proof of financial capabilities.
  • Radisson Blu & KCC Ltd reserves the right to disqualify a service provider or cancel any subsequent contracts should it be found that information disclosed was factually inaccurate and/or that a misrepresentation of facts may have occurred.
Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: 7th June 2025
Duty Station: Kigali
Posted: 29-05-2025
No of Jobs: 1
Start Publishing: 29-05-2025
Stop Publishing (Put date of 2030): 29-05-2070
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.