Supply, Installation, and Commissioning of PriSafety FM200 Fire Suppression Systems at RSwitch | Deadline 19-02-2026)
Supply, Installation, and Commissioning of PriSafety FM200 Fire Suppression Systems at RSwitch | Deadline 19-02-2026
Terms of Reference (TOR)
Subject: Supply, Installation, and Commissioning of PriSafety FM200 Fire Suppression Systems
1. Background and Context
RSwitch Ltd invites qualified and experienced contractors to submit proposals for the supply, installation, and commissioning of FM200 fire suppression systems across its Data Centers and Disaster Recovery (DR) site. The objective of this project is to enhance safety, ensure operational stability, and mitigate risks associated with fire incidents in these critical facilities.
2. Objectives and Scope
The objective is to procure, install, and commission a complete fire suppression and detection system across HQ and DR sites.
Scope includes:
- Delivery and installation of FM200based suppression systems, detectors, alarms, and control panels.
- Coverage of HQ and DR.
- Provision of a Mandatory warranty, maintenance Services, and Sign a Service Level Agreement (SLA) to ensure vendor accountability.
- Quality standard: All equipment must be certified (ISO, CE, UL) and suitable for mission critical environments.
3. Detailed Requirements
The contractor must supply, install, test, and commission PriSafety FM200 fire suppression systems for the Data Centers, Power Rooms, and Battery Rooms, including cylinders, controls, detectors, alarms, accessories, installation, warranty, SLA, and support.
Key requirements include:
- Model: C150/5.6 Description: M64×2/3-1/4″-8UN.2A 400 1395 5 77 4.2 150L/4.2Mpa, with HFC 227ea Agent Pneumatic Control Actuator, Electromagnetic Valve (Electric Actuator)(24VDC, 80N), inlet thread 18×1.5, outlet thread M14x1.5, Manifold Safety Valve Brass 7.2 Mpa R1/2′, High pressure soft tube (Stainless steel DN40, 500mm length), Liquid non return valve (Stainless steel DN40), Low open and high close valve (M14*1.5) with Nitrogen. Quantity: 3 Units
- Model: C70/5.6 Description: PZ56/2-8UN.2A 350 926 4.5 42 4.2 70L Cabinet type HFC 227ea Fire Extinguishing Equipment. Quantity: 4 Units
- Model: JB-QB-QTC5015 Description: Fire alarm control panel, AC220V, LCD 4.3 inch, standby battery DC12V/12AH ×2, capacity 255–510 points, CCCF/CE approved. Quantity: 5 Units
- Model: TC5161 Description: Smoke detector, Loop 24V, standby current ≤0.3mA, alarm current ≤0.8mA, IP23, ABS enclosure, electronically coded. Quantity: 17 Units
- Model: TC5162 Description: Heat detector, Loop 24V, standby current ≤0.3mA, alarm current ≤0.8mA, IP33, ABS enclosure, electronically coded. Quantity: 17 Units
- Model: TCSG5266 Description: Sounder/flash alarm, DC24V, 80–115dB, flashing frequency 1–2Hz, CE approved. Quantity: 7 Units
- Model: Fire Bell Description: Standard fire bell. Quantity: 6 Units
- Model: TC-L5719 Description: Manual call point, DC24V, ≤250mA, CE approved. Quantity: 5 Units
- Model: TC-S5713 Description: Indicator module, DC24V, ≤1mA, CE approved. Quantity: 5 Units
- Model: TCMK5263 Description: Output module, DC24V, passive/active outputs, suitable for DC/AC 12–48V. Quantity: 5 Units
- Model: TC-S5701 Description: Mode switch, Loop 24V, ≤1mA, ABS enclosure, IP23. Quantity: 5 Units
- Model: Smoke Test Spray Description: Smoke test spray for detector testing. Quantity: 5 Units
- Model: C5PED Description: 5kg CO₂ Fire Extinguisher, PED Certificate, CE0036, Alloy Steel Cylinder. Quantity: 5 Units
- Model: MS202409180006 Description: 9L Lithium Battery Fire Extinguisher. Quantity: 5 Units
- Accessories Description: Includes all accessories (pipes, elbows, flanges, nozzles, racks, manifold, GI/flexible pipes, wiring, cabling, fittings), plus installation, testing, commissioning, training, and documentation. Quantity: 1 lot
4. Deliverables and Timelines
- Bid Submission Deadline: 19th February 2026 at 11:00 AM
- Bid Public Opening: 20th February 2026 at 10:00 AM
- Mandatory Site Visits:
- HQ: Thursday, 12th February 2026 at 10:00 AM
- DR: Friday, 13th February 2026 at 11:00 AM (location announced during HQ visit)
- Delivery & Installation: Must be completed within 40 calendar days from contract award.
- Delay penalty: 0.1% of contract value per Month, up to 10%.
- Beyond 60 days, RSwitch reserves the right to terminate the contract and recover costs.
- Maintenance Period: 2 years
- Warranty: Minimum 1 year
- Contractual Clause: The vendor must sign a formal Service Level Agreement (SLA) upon award of contract.
5. Qualification, Eligibility, and Submission Requirements
Bidders must provide the following mandatory documents and certifications as part of their bid submission:
- Copy of Trading License
- Social Security certificate (original or certified copy)
- Tax clearance certificate (original or certified copy)
- Certificate for staff design, installation & maintenance from Factory
- Manufacturer authorization from Factory
- CCC certificate for fire product
- CE Certificate
- FMUL Certificate of Compliance
- ISO Quality Management System certificate
- Certificate of completion for automatic fire suppression system design and function
- Certificate of completion for developing preincident plans for protected buildings
- Proven experience (minimum 5 years) in fire suppression system installation for data centers or similar environments
- At least four (4) certificates of good completion from projects where FM200 fire suppression systems have been successfully installed in Data Centers, Power Rooms, or other missioncritical facilities.
- Submission of a detailed project implementation plan that showcase how the bidder intends to execute the project.
6. Evaluation Criteria
Proposals will be evaluated based on:
- Compliance with all TOR requirements and specifications.
- Submission of mandatory documents and certifications.
- Demonstrated experience and past performance in similar installations (minimum 4 references).
- Methodology, implementation plan, and clarity of deliverables.
- Warranty, support provisions, and training commitments.
- Delivery and installation timelines.
- Cost competitiveness and overall value for money.
7. Payment Terms
- 40% of the contract value payable after the contact signing and submission of valid advance payment guarantee
- 30% payable upon completion of agreed milestones, supported by Progress report.
- 30% shall be made after the successful completion of the work, upon receipt of an invoice
8. Submission
Please Note all submission will be both via email and physical copies must be provided to the address below.
- All bidders are encouraged to submit their sealed and encrypted bid on the following email address: RSwitchTenderCommitee@rswitch.co.rw
- For Physical copies 2 copies of the bid are mandatory to be submitted at office headquarters address below:
Working Hours: 9:00 am – 17:00 pm, Monday to Friday
KG 563 St, Plot 1200 – Kacyiru
P.O. Box: 615
Kigali, Rwanda
Please ensure the physical copies are similar to the online submission for public bid opening.
- Bid Submission Deadline: 19th February 2026 at 11:00 AM
- Bid Public Opening: 20th February 2026 at 10:00 AM
- Mandatory Site Visits:
- HQ: Thursday, 12th February 2026 at 10:00 AM
- DR: Friday, 13th February 2026 at 11:00 AM (location to be disclosed during HQ visit)
Join our WhatsApp group and channel to get the latest updates on jobs, tenders, scholarships, and other opportunities:
👉 Join WhatsApp Group 👉 Join WhatsApp Channel