Kalege Enterprises LTD

You might also like

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 33

Contractors in Electricals, Air Conditioning, Hvac & Refrigeration Accessories

Seroma Shoppers Stop Plaza, Shop No. B08, Sikh Street | P.O. Box 33382 Kampala, Uganda
Tel: +256701 772 261 Email: Kalegeenterprises@gmail.com, albertwilliamk@gmail.com

Bid Submission Sheet


Date: 14th December 2022
Procurement Reference No: UEGCL/SPLS/22-23/20048

To: Attention: Head, Procurement and Disposal Unit


Street Address: Plot 6-9 Okot Close, Bukoto
Floor/Room number: Block C Victoria Office Park
Town/City: Kampala
Country: Uganda

We, the undersigned, declare that:


(a) We have examined and have no reservations to the Bidding Document, including
Addenda No.: [N/A];
(b) We offer to supply in conformity with the Bidding Document and in accordance with the
delivery schedule specified in the Statement of Requirements the following Supplies and
Related Services SUPPLY AND INSTALLATION OF DUCTABLE SPLIT AIR
CONDITIONERS.
(c) The total price of our Bid, excluding any discounts offered in item (d) below, is:
198.582.200 (ONE HUNDRED NINETY EIGHT MILLION FIVE HUNDRED EIGHTY TWO
THOUSAND TWO HUNDRED SHILLINGS ONLY)
(d) The discounts offered and the methodologies for their application are:
Unconditional discounts. If our bid is accepted, the following discounts shall apply.
[N/A];
Methodology of application of the unconditional discounts. The discounts shall be
applied using the following method: [N/A];
Conditional discounts. If our bids for more than one lot are accepted, the following
discounts shall apply. [N/A];
Methodology of application of the conditional discounts. The discounts shall be applied
using the following method: [[N/A];
(e) Our bid shall be valid until the date specified in ITB Sub-Clause 20.1 and it shall remain
binding upon us and may be accepted at any time before that date;
(f) We, including any subcontractors or providers for any part of the contract resulting from
this procurement process, are eligible to participate in public procurement in accordance
with ITB Clause 4.1
(g) We, including any subcontractors or providers for any part of the contract resulting from
this procurement process are registered with the Authority. No. 47844].
(h) If our bid is accepted, we commit to obtain a Performance Security in accordance with
the Bidding Document in the amount of 19,858,220 (NINETEEN MILLION EIGHT
HUNDRED FIFTY EIGHT THOUSAND TWO HUNDRED TWENTY SHILLINGS ONLY) for the
due performance of the Contract;
(i) We, including any subcontractors or Providers for any part of the contract, have
nationals from the following eligible countries UGANDANS];
(j) We undertake to abide by the Code of Ethical Conduct for Bidders and Providers during
the procurement process and the execution of any resulting contract;
(k) We are not participating, as Bidders, in more than one bid in this bidding process, other
than alternative bids in accordance with the Bidding Document;
(l) We do not have any conflict of interest and have not participated in the preparation of
the original Statement of Requirements for the Procuring and Disposing Entity;
(m) We, our affiliates or subsidiaries, including any subcontractors or Providers for any part
of the contract, have not been suspended by the Public Procurement and Disposal of
Public Assets Authority in Uganda from participating in public procurement;
(n) The following commissions, gratuities, or fees have been paid or are to be paid with
respect to the bidding process or execution of the Contract:
Name of Recipient Address Reason Amount &
Currency
NONE NONE NONE NONE

(o) We understand that you are not bound to accept the lowest bid or any other bid that you
may receive.

Signed:
Name: Mr. Kimera William
In the capacity of DIRECTOR
Duly authorised to sign the bid for and on behalf of: KALEGE ENTERPRISES LTD.

Dated on 14th day of December, 2022.


CODE OF ETHICAL CONDUCT IN BUSINESS FOR BIDDERS AND
PROVIDERS
(Under Section 93 of the Public Procurement and Disposal of Public Assets Act, 2003)

1. Ethical Principles
Bidders and providers shall at all times-
(a) maintain integrity and independence in their professional judgement and conduct;
(b) comply with both the letter and the spirit of-
i. the laws of Uganda; and
ii. any contract awarded.
(c) avoid associations with businesses and organisations which are in conflict with this
code.
2. Standards
Bidders and providers shall-
(a) strive to provide works, services and supplies of high quality and accept full
responsibility for all works, services or supplies provided;
(b) comply with the professional standards of their industry or of any professional body of
which they are members.
3. Conflict of Interest
Bidders and providers shall not accept contracts which would constitute a conflict of
interest with, any prior or current contract with any procuring and disposing entity.
Bidders and providers shall disclose to all concerned parties those conflicts of interest that
cannot reasonably be avoided or escaped.
4. Confidentiality and Accuracy of Information
(1) Information given by bidders and providers in the course of procurement processes or
the performance of contracts shall be true, fair and not designed to mislead.
(2) Providers shall respect the confidentiality of information received in the course of
performance of a contract and shall not use such information for personal gain.
5. Gifts and Hospitality
Bidders and providers shall not offer gifts or hospitality directly or indirectly, to staff of a
procuring and disposing entity that might be viewed by others as having an influence on a
government procurement decision.
6. Inducements
(1) Bidders and providers shall not offer or give anything of value to influence the action of
a public official in the procurement process or in contract execution.
(2)Bidders and providers shall not ask a public official to do anything which is inconsistent
with the Act, Regulations, Guidelines or the Code of Ethical Conduct in Business.
7. Fraudulent Practices
Bidders and providers shall not-
(a) collude with other businesses and organisations with the intention of depriving a
procuring and disposing entity of the benefits of free and open competition;
(b) enter into business arrangements that might prevent the effective operation of fair
competition;
(c) engage in deceptive financial practices, such as bribery, double billing or other
improper financial practices;
(d) misrepresent facts in order to influence a procurement process or the execution of a
contract to the detriment of the Procuring and Disposing Entity; or utter false
documents;
(e) unlawfully obtain information relating to a procurement process in order to
influence the process or execution of a contract to the detriment of the PDE; and
(f) withholding information from the PDE during contract execution to the detriment of
the PDE.

I KIMERA WILLIAM GEORGE agree to comply with the above code of ethical conduct
in business.
KALEGE ENTERPRISES LTD
--------------------------------------- -------------------------------------------
AUTHORISED SIGNATORY NAME OF BIDDER/PROVIDER
Contractors in Electricals, Air Conditioning, Hvac & Refrigeration Accessories
Seroma Shoppers Stop Plaza, Shop No. B08, Sikh Street | P.O. Box 33382 Kampala, Uganda
Tel: +256701 772 261 Email: Kalegeenterprises@gmail.com, albertwilliamk@gmail.com

Bid-Securing Declaration
Date: 14th December 2022
Procurement Reference No: UEGCL/SPLS/22-23/20048

To: Attention: Head, Procurement and Disposal Unit


Street Address: Plot 6-9 Okot Close, Bukoto
Floor/Room number: Block C Victoria Office Park
Town/City: Kampala
Country: Uganda

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid-
Securing Declaration.
2. I/We accept that we will automatically be suspended for three years by the Authority from
being eligible for bidding in any contract with the Government of Uganda, if we are in
breach of our obligation(s) under the bid conditions, because we:
(a) have withdrawn our bid during the period of bid validity specified by us in the Bid
Submission Sheet or
(b) having been notified of the acceptance of our bid by the Procuring and Disposing
Entity during the period of bid validity fail or refuse to (i) sign the contract, (ii) fail
or refuse to furnish the Performance Security in accordance with ITB Clause 43;
or (iii) fail or refuse to accept the correction of our bid by the Procuring and
Disposing Entity, pursuant to ITB Clause 31;

3. I/We understand this Bid Securing Declaration shall cease to be valid if I/we are not the
successful Bidder, upon the earlier of (i) the expiry of the notice of best evaluated bidder or
(ii) upon the expiration of the validity of my/our bid on the [insert bid validity date],
Signed:
Name: Mr. Kimera William
In the capacity of DIRECTOR
Duly authorised to sign the bid for and on behalf of: KALEGE ENTERPRISES LTD.

Dated on 14th day of December, 2022.


Corporate Seal (where appropriate)
*Please delete as appropriate
Price Schedule for Supplies and Related Services
Date: 14th December 2022
Procurement Reference No: UEGCL/SPLS/22-23/20048

Name of Bidder: KALEGE ENTERPRISES LIMITED.

Item Description of works QTY Unit of Unit price Total price


No. measure

1 Ductable split Air Conditioners 6 Pieces 17.985.000 107.910.000


48000btu/h (GREE).
2 Copper Tubes 5/8. 60 Metres 35.000 2.100.000
3 Copper Tubes 3/8. 60 Metres 28.000 1.680.000
4 Insulation 5/8. 40 Pieces 20.000 800.000
5 Insulation 3/8. 40 Pieces 18.000 720.000
6 Ac Brackets. 6 Pieces 145.000 870.000
7 Automatic Voltage Switches (3phase). 1 Pieces 1.200.000 1.200.000
8 Supply ducting boards. 36 Pieces 185.000 6.660.000
9 Supply grills 400*200mm 25 Pieces 450.000 11.250.000
10 flexible cables.
 2.5mm SQ 1 Roll 1.000.000 1.000.000

 16mm SQ 1 Roll 4.200.000 4.200.000

 1.5mm SQ 1 Roll 550.000 550.000

11 Cable trays 200*50mm 10 Pieces 380.000 3.800.000


12 GI Ducts 45 Metres 150.000 6.750.000
13 Refrigerant gas R410A 1 Cylinder 1.500.000 1.500.000
14 Central Remote Controller 1 Piece 4.800.000 4.800.000
15 Installation Accessories Assorted 1 L/sum 2.700.000 2.700.000
16 Drainage Accessories Assorted. 1 L/sum 1.800.000 1.800.000
17 Transport & Accommodation charges. 1 L/sum 2.000.000 2.000.000
18 Labor charges 1 L/sum 6.000.000 6.000.000

Other
additional
costs
SUB-TOTAL 168.290.000
VAT@ % 30.292.200
TOTAL 198.582.200
MANUFACTURER’S
AUTHORISATION
&
USER MANUALS
WARRANTY
CERTIFICATE
SITE VISIT
CERTIFICATE

Section 5: Eligible Countries


Procurement Reference Number: UEGCL/SPLS/22-23/20048

All countries are eligible except countries subject to the following provisions.
A country shall not be eligible if:
(a) as a matter of law or official regulation, the Government of Uganda prohibits
commercial relations with that country, provided that the Government of Uganda is
satisfied that such exclusion does not preclude effective competition for the provision
of supplies or related services required; or
(b) by an act of compliance with a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, the Government of Uganda
prohibits any import of Supplies from that country or any payments to persons or
entities in that country.
PART 2 - Statement of Requirements

Section 6: Statement of Requirements

Contents
1. List of Supplies and Related Services.................................................................43
2. Delivery and Completion Schedule.....................................................................44
3. Specification and Compliance Sheet...................................................................45
4. Drawings................................................................................................................49
5. Inspections and Tests...........................................................................................50
1. List of Supplies and Related Services
Procurement Reference Number: UEGCL/SPLS/22-23/20048

Item Brief Description Quantity Unit of


number of Supplies and Related Services Measure
1 Supply and installation of ductable split air 6 Units
conditioners

The attached commodity specific conditions will form an integral part of any resulting contract.
2. Delivery and Completion Schedule
Procurement Reference Number: UEGCL/SPLS/22-23/20048
The delivery or completion period shall commence from the date of contract signature and
effectiveness. Refer to the Incoterm in the GCC26 for the interpretation of the delivery period.

Item Brief Description Delivery/ Delivery Point/


number of Supplies or Related Services Completion Period Site
(days/wks/mths)
1 Supply and installation of 6 months from the UEGCL Isimba HPP
ductable split air conditioners date of the Contract
3. Specification and Compliance Sheet
Procurement Reference Number: UEGCL/SPLS/22-23/20048
Column b states the minimum technical specification of the item(s) required by the Procuring
and Disposing Entity.
Item Technical Specification required Compliance Technical
No. including applicable standards of literature in
specification specification
offered offered in
column
Supply and Installation of Ductable Split Air Conditioners Units
Background
HVAC system is essential for provision of thermal comfort and acceptable indoor air quality by
maintaining the Low Voltage (LV) and High Voltage (HV) rooms at the temperature necessary
for the correct operation of the equipment at the Isimba HPP.

The purpose of this is to seek out a reputable, experienced and reliable Provider who will
perform the duty of supplying and installation of ductable split air conditioners for LV and HV
rooms at Isimba HPP to ensure high efficiency and prolonged life of the system.
a B Qty C d

1 Supply and installation of ductable fan 6 Comply


split units
1.1 General requirements Comply
Low Voltage and High Voltage Room Comply
1.1.1 Average temperature in the room at peak Comply
load with all four turbine units running is
34⁰C.
1.1.2 Conditioned space temperature of 25⁰C and Comply
humidity level of 30 – 45% RH.
1.1.3 Cooling load (drawn from both sensible and Comply
latent heat) is 47.83KW for LV and 23.91KW
for HV room
1.1.4 Dehumidification rate of about 18L/Hr. Comply

2 Ductable Split Air Conditioners with the Comply


following minimum requirements
2.1 Standard: ISO 9001 &14001 Comply
2.2 Type: Air cooling Comply
2.3 Certification : CE marking Comply
2.4 Refrigerant: R32/2.900 Comply
Liquid Line / Gas Line: 3/8’’ / 5/8’’ Comply
2.5 Cooling capacity: (Btu/h): ≥48,000 Comply
2.6 Cooling Capacity (KW): ≥15.53 Comply
Heating Capacity (KW): ≥18.17 Comply
Heating Capacity: Btu/h): ≥55,000 Comply
2.7 Sound Power Level [Dd(a)] Indoor/Outdoor Comply
Unit: ≤66/73
Air Flow Volume (High/Medium/Low) (m³/h): Comply
2400/2040/1680
2.8 Indoor machine noise: <50db Comply
Outdoor noise level [Dd(a)]: ≤63.5 Comply
2.9 Usage: indoor Comply
2.10 Operating temperature Range (⁰C) Comply
Cooling: -15 to 50 Comply
Heating: 15 to 24 Comply
Refrigerant Control: Electronic Expansion Comply
Valve
2.11 Drain pipe: built in Comply
2.12 Control: central management Comply
2.13 Pressure & air flow volume: adjustable Comply
2.1.4 Compressor motor type: BLDC Comply
Compressor type: Inverter Twin rotary Comply
Power Supply Wire Outdoor/Fuses Comply
(Noxmm²)/(A): 5x2.5/3x16
Voltage/Frequency/Phase (V/Hz/Ph): 380- Comply
415/50/3
SEER: 5.0±1% Comply
Signal Wires (Noxmm²): 4 x 1.5 Comply
Dimensions – Indoor (WxDxH) (mm): ≤1.200 Comply
x 874 x 300
Dimensions – Outdoor ≤ (W x D x H) (mm): Comply
952 x 415 x 1.333
Maximum piping length and elevation: ≥50 & Comply
≥30

3 Other technical Requirements


3.1 Evidence of similar assignments: Bidders Comply
should provide evidence (in the form of
copies of local purchase order, signed
contract agreements and certificates of
acceptance/completion, etc.)
- With a minimum value of UGX
150,000,000= over the past 5 (five)
years.
- Evidence of supply and installation of a
similar solutions for at least two (2)
entities within East Africa.
3.2 Evidence of financial capability: The Comply
bidder shall provide evidence (in the form of
copies of audited books of accounts certified
by Registered Public Accountants/Auditors
for the last two financial years) with a
minimum turnover of UGX 300,000,000=
3.3 Proposed design drawings, calculations and Comply
write up of the system and implementation
plan

4 Other mandatory requirements Comply


4.1 Site survey to be held on Monday 28 Comply
November, 2022 at Isimba HPP, Kayunga
at 11:00am.
4.2 Supporting technical literature for all the Comply
equipment.
4.3 Manufacturer's letter of authorization for Comply
supply of all equipment.
4.4 One year warranty on parts and labour Comply
The Bidder is to complete column c with the technical specification of the item(s) offered and to
state “comply” or “not comply” and give details of the areas of non-compliance.
Column d provides the technical literature of the specification offered.

The detailed technical evaluation will examine the technical specification of the items offered in
column c and determine whether this meets the minimum specification in column b. Bidders
must complete column c or the bid will be rejected. Bidders are required to use column d to
include technical literature to support the details provided in column c.
METHODOLOGY
AND
WORKPLAN
DRAWINGS:
5. Inspections and Tests
Procurement Reference Number: UEGCL/SPLS/22-23/20048

List of Inspections and Tests


Items subject to Inspection and Yes
Tests;
Type of inspection or tests and the Physical Inspection
standards to be met;
Location of the inspection or tests; UEGCL Isimba HPP Office

Inspection agency; UEGCL

Timing of the inspection; At delivery of Equipment


Notifications or documentation Technical Literature, User Manual, Warranty
required from the provider; Certificate
Provision of any samples for N/A
inspection;
Cost of the inspection; To be met by the provider
Arrangements and costs for any N/A
re-inspection required;
Any other relevant details. N/A
COMPANY
DOCUMENTS
CERTIFICATE
OF
INCORPORATION
TRADING LICENCE
TAX CLEARANCE
CERTIFICATE
URA TIN
REGISTRATION
CERTIFICATE
POWERS OF
ATTORNEY
PPDA
REGISTRATION
CERTIFICATE
MEMORANDUM
AND ARTICLES OF
ASSOCIATION
NATIONAL IDS
OF
SHAREHOLDERS
LETTER OF
COMFORT

AUDITED
BOOKS 2021

AUDITED
BOOKS 2020
COMPANY
EXPERIENCE

You might also like