Request for Proposal for the Supply of Forklifts and Its Cylinders tender at Skol Brewery Limited
Website :
189 Days Ago
Linkedid Twitter Share on facebook

REQUEST FOR PROPOSAL FOR THE SUPPLY OF FORKLIFTS AND ITS CYLINDERS FOR SKOL BREWERY LIMITED

1. COMPANY BACKGROUND – SKOL BREWERY LTD.

Skol Brewery Limited (SBL) is a brewing company established under Rwandan law with VAT number 101374021, having its offices at 1070 plot, at Nzove, Ruyenzi Cell, Kanyinya Sector, Nyarugenge District, Kigali-Rwanda, PO Box 2200 Kigali, duly represented by Mr. Eric Gilson, the General Manager.

In order to produce, supply efficiently its growing market and to remain environemental friendly SKOL BREWERY LTD (SBL) is required to have and be supplied with LPG of forklifts and its cylinders.

It is in this regard that SBL hereby invites bidders to submit their offers for the supply of LPG whose specifications, terms and conditions are disclosed in this document.

2. OFFER CONTENT

A. TECHNICAL REQUIREMENTS

The LPG to be supplied must comply with the following specifications below:

Indivudual Components (at 60 oF)

Method

Result

Unit

Result

Unit

Result

Unit

Methane

Average

 

% Vol.

% Mole

% Mass

Ethane

Average

0.65

% Vol.

0.74

% Mole

0.43

% Mass

Propane

Average

35.89

% Vol.

39.33

% Mole

33.09

% Mass

Isobutane

Average

21.15

% Vol.

19.48

% Mole

        21.60

% Mass

n-Butane

Average

42.15

% Vol.

40.31

% Mole

        44.70

% Mass

Isopentane

Average

0.14

% Vol.

0.11

% Mole

0.16

% Mass

n-Pentane

Average

0.02

% Vol.

0.02

% Mole

0.02

% Mass

Neopentane

Average

 

% Vol.

% Mole

% Mass

Trans-2-Butene

Average

0.00

% Vol.

0.00

% Mole

0.00

% Mass

Propylene

Average

 

% Vol.

% Mole

% Mass

n-Hexane

Average

 

% Vol.

% Mole

% Mass

Cis-2-Butene

Average

 

% Vol.

% Mole

% Mass

Total Hydrocarbon

Average

     100.00

% Vol.

     100.00

% Mole

     100.00

% Mass

Total C4

Average

        63.30

% Vol.

        59.80

% Mole

66.31

% Mass

Total Pentane & heavier

Average

0.16

% Vol.

0.13

% Mole

0.18

% Mass

Total Olefine

Average

0.00

% Vol.

0.00

% Mole

0.00

% Mass

Density at 15oC, (Vacuum 15/4oC)

ASTM D2598

0.5506

kg/l

 

Specific Gravity at 60/60oF

ASTM D2598

0.5505

 

Density in vacuum at 15,0    oC

T54E

0.5506

kg/l

 

True Vapour Pressure at 37.8    oC

Dalton

691

kPag

 

True Vapour Pressure at 100 oF

ASTM D2598

100.2

PSIg

 

Average Liquid Molecular Mass

Average

52.4

g/mol

 

Methanol

Average

Nil

ppm-vol

 

Total Sulphur

Average

3.7

ppm-wt

 

Hydrogen Sulphide

Average

Nil

ppm-wt

 

Copper Strip Corrosion

ASTM D1838

1A

 

Volatile Residue

ASTM D2158

   

Free Water

Visual

           

Standard code: RS 140 : 2012

Notes:

We need 20 pcs of specific bottles with L-plunger.

1.  Products Quality/Controls

Every batch to be supplied shall be accompanied by a valid certificate of quality falling under the above-mentioned specifications. Should there be any deviations in the specifications, the Client (SBL) shall give its approval prior to being supplied.

The Client (SBL) reserves the right to proceed with random checks on the LPG quality at any time during the duration of the supply. Should the LPG quality not comply with the agreed specifications, such batch shall be immediately rejected, and the selected bidder will be required to replace it at no cost, within precise time frame set by the client to avoid shortage of the product.

2.  Technical assistance

The winning bidder must ensure that it has qualified human resources to provide technical assistance on the usage of its products as well as their handling during the period of supply.

B. FINANCIAL REQUIREMENTS

1.  Price

The price needs to be a reviewable price based on the market Kg price established by RURA (Rwanda Utilities Regulatory Authority). The insurance costs and delivery costs at premises shall be excluded and be borne by the winning bidder.

The LPG price must be quoted in Rwandan Francs with all applicable taxes included.

The discount per Kg need to be precised in the offer.

2.  Payment terms

The payment terms are to be mentioned in the offer (at least after 30 working days from the delivery, after the reception of the invoice and approved delivery note), with some payment flexibilities during specific periods that are to be communicated by the Client.

C. GENERAL REQUIREMENTS

1.  Capacity of supply

The winning bidder must have the full capacity to supply SBL with the following minimum quantities: More or Less: 1500 kg/Month (to be reviewed in case there are additional forklift). 

Bidders are required to have a minimum consignment stock of 2 weeks consumption at SBL which will paid after consumption. 

Bidders are required to submit all documents proving their capacity of supply of such quantities of LPG.

2.  Delivery conditions

The products will be delivered at SBL site located in Nzove, Kanyinya Sector, Nyarugenge District, Kigali City. The winning bidder will deliver 2 – 3  times a month, the quantity to be delivered will be shared with the purchase order in advance according to the framework agreement.

Should there be an emergency delivery request from SBL, the winning bidder must ensure that it has the necessary financial and human resources to respond immediately to such a request.

3.  Insurance

The Bidders must submit a valid product insurance covering the client against any sinister arising out of the product itself or arising out of the product delivery services for the whole period of service provision.

4.  Duration

The winning bidder will be appointed for a period of 1 years with an option to renew the contract for an additional period and under the terms and conditions to be agreed between the parties.

5.  Complaints treatment

The Bidders need to provide a clear procedure on how complaints will be handled from the moment they are communicated in writing, the alternative solution to be provided during the complaint handling and any action plan to be undertaken to ensure the business continuity of the client.

3. RESERVATIONS

A. Clarification of Tenders

To assist in the evaluation and comparison of tenders, SBL may, at its discretion, ask bidders for clarification of their bids. To assist in finalising the tender evaluation, selected bidders may be invited to attend clarification meetings with SBL.

B. Suppliers Due Diligence

SBL reserves the right to conduct supplier due diligence prior to final award or at any time during the contract period. This may include site visits and requests for additional information. 

4. FINAL PROVISIONS

A. Bidder’s Eligibility and Qualifications

The documentary evidence of the tenderers eligibility to tender must establish to the Procuring entity’s satisfaction that the tenderer, at the time of submission of its tender, is eligible.

The documentary evidence of the tenderer’s qualifications to perform the contract if its tender is accepted shall establish to the Procuring entity’s satisfaction:

  1. that the tenderer has the necessary administrative, financial, and technical capability to perform the contract.
  2. that, in the case of a tenderer not doing business within Rwanda, the tenderer is or will be (if awarded the contract) represented by an Agent in Rwanda equipped and able to carry out the Tenderer’s installation, maintenance, calibration, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications.

B. Submission of Tenders

The selection of the bidder shall be based on the SBL procurement guidelines and bid opening will be done internally by SBL Procurement Team at closed door.

The bidders are required to submit One (1) copy of the proposal and One (1) Original in a sealed envelope address to the General Manager of SBL.

It is the responsibility of the tenderer to ensure that their tender is complete and reaches the correct address by the designated deadline.

The tenders should be prepared in English or French and submitted at the SBL headquarters office in Nzove at the Secretariat office not later than 20th November 2023 at 05:00 PM local time (GMT +2)

Addressed to: Skol Brewery Ltd.

PO BOX 2200

KIGALI-RWANDA

Phone : +250 788 381 640 

Attention to: General Manager

Eric Gilson

info@skolbrewery.rw

C.     Tender Evaluation Process 

The selection of the bidder shall be based on the SBL procurement guidelines and bid opening and evaluation will done internally by SBL Procurement Team behind closed doors. After their opening, tenders shall be evaluated in 4 stages, namely:

  • Administrative evaluation (Presence of all required documents)
  • Technical evaluation
  • Financial Evaluation
  • Contract Negotiation
Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: Thursday, November 30 2023
Duty Station: Kigali
Posted: 26-10-2023
No of Jobs: 1
Start Publishing: 26-10-2023
Stop Publishing (Put date of 2030): 26-10-2066
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.