Guatemala PA 1E-5001 and 1F-5001
Award
USDA Reference No:. 1E-5001
Supplier: Cenex Harvest States Cooperatives
Buyer: Molinos Modernos S.A., Guatemala
Grade US No. 2 NS/DNS Specs as per IFB
Quantity: 16,783 MT Max 5% less buyers option
Price: $ 205.94 PMT
Delivery Period: Nov 1-15, 2002
Load Port: 1 safe berth Mississippi River.
USDA Reference No: PA: 1F-5001
Supplier: Cenex Harvest States Cooperatives
Buyer Empacadora de Cereales S.A., Guatemala
Grade US No. 2 OB NS/DNS Specs as per IFB
Quantity: 3,516 MT Max 5% less buyers option
Price: $ 205.94 PMT
Delivery Period: Nov 1-15, 2002
Load Port: 1 safe berth Mississippi River.
USDA Reference No PA: 1E-5001
Supplier: Peavey Company, ConAgra Trade Group, Inc.
Buyer: Molinos Modernos S.A., Guatemala
Grade US No. 2 OB HRW Specs as per IFB
Quantity: 7,100 MT Max 5% less buyers option
Price: $ 189.23 PMT
Delivery Period: Nov 1-15, 2002
Load Port: 1 safe berth Mississippi River.
USDA Reference No: 1F-5001
Supplier: Peavey Company, ConAgra Trade Group, Inc.
Buyer Empacadora de Cereales S.A., Guatemala
Grade US No. 2 OB HRW Specs as per IFB
Quantity: 4,100 MT Max 5% less buyers option
Price: $ 189.23 PMT
Delivery Period: Nov 1-15, 2002
Load Port: 1 safe berth Mississippi River.
Regards.
Elizabeth J. Hasiak
Marketing Manager
Panalpina, Inc., Project Division
1100 Connecticut Avenue, NW - Suite 520
Washington, DC 20036
Tel.: (202) 659-2825 Fax: (202) 659-2830
E-mail: elizabeth.hasiak@pawas.panmail.com
Internet: www.panalpina.com
Tender
INVITATION FOR BIDS (WHEAT IN BULK)-GUATEMALA-P.L. 480 TITLE I-2002 Edited Version
Purchase Authorization No.: 1E-5001 and 1F-5001
IFB No.:GUA/ PL480/2002/W-5001 Date: September 13, 2002
Molinos Modernos S.A. (Molinos) and Empacadora de Cereales S.A. (Emceco) of Guatemala requests bids for the supply of
approximately 38,000 metric tons of U.S.A. wheat in bulk, up to a maximum value of USD 4,800,000.00 under P.A. No. 1E-5001
and USD 1,500,000 under P.A. No. 1F-5001, subject to the terms and conditions of P.L. 480, Title I regulations and their respective
purchase authorizations.
The bids must be made on the terms and conditions of this Invitation for Bids, which must be complied with by the bidders.
1. Source: United States of America.
2. Commodity Specifications:
A. Hard Red Winter Wheat (HRW), U.S. No. 2 or better, protein minimum 11.5% on 12% moisture basis by
sub-lot, maximum moisture 13 %. Falling number minimum 300 by sub lot. Dockage maximum 0.8% which will be
deducted from invoice.
B. Northern Spring /Dark Northern Spring Wheat (NS/DNS), U.S. No. 2 or better, Dark Hard Vitreous (DHV)Kernels minimum
50%, minimum protein 14.0% on 12% moisture basis by sub-lot, moisture maximum 13%. Falling number minimum 300 by
sub lot. Dockage maximum 0.8% which will be deducted from invoice.
C. Soft Red Winter Wheat (SRW) , U.S. No. 2 or better, protein between 9% to 10.3% on 12% moisture basis by sub-lot,
moisture maximum 13% . Falling Number minimum 300 by sub lot. Dockage maximum 0.8% which will be deducted from the invoice.
All prices must be expressed in metric tons. Prices or discounts expressed in bushels will not be accepted.
If at time of delivery, wheat moisture exceeds the contract percentage, sellers are responsible for any and all expenses of drying grain
and any loss incurred by buyers for delays in off-loading and reloading. Falling number on all grades to be minimum 300 by sub-lot.
Otherwise specifications in accordance with the Official United States Standards for Grain and Purchase Authorization No.
PA No : Buyers Grade Quantity
1E-5001 Molinos NS/ DNS approx. 16,300 MT 5% more or less buyer’s option.
1F-5001 Emceco NS/ DNS approx. 3,500 MT 5% more or less buyer’s option.
1E-5001 Molinos HRW approx. 7,100 MT 5% more or less buyer’s option.
1F-5001 Emceco HRW approx. 4,100 MT 5% more or less buyer’s option.
1E-5001 Molinos SRW approx. 7,000 MT 5% more or less buyer’s option.
Discharge Port:: Puerto Quetzal, Guatemala.
3. Delivery Period Quantity Tolerance Quality
November 1 –15, 2002 Approx.19,800 MT 5% DNS
November 1 - 15 , 2002 Approx.11,200 MT 5% HRW
November 1- 15, 2002 Approx. 7,000 MT 5% SRW
The maximum value of total purchase not to exceed US Dollars 4.8 Million plus US Dollars 1.5 Million by their
Purchase authorizations.
Bidders may quote one price for each grade. Prices by each consignment lot are not required. It is the intention to load
the shipments under both PA lots on one vessel, so bidders are encouraged to submit offers basis loading all three grades
from the same load berth and port. Each contract quantity to be 5% more or less at Buyer's option. This loading tolerance of
5% at Buyer's option shall apply on the mean contract, whether the contract is executed by one vessel or more than one vessel.
Buyer retains the option to accept or reject and/or all bids received.
4. Price: Net price of wheat must be quoted per metric ton F.O.B. one safe berth, one safe U.S. port, or Canadian transshipment
points separately for (A) bulk carrier, (B) multi-decker [including liner], (C) Tankers and (D) lash/seabee barges. Offers stating
a price for a quantity to be loaded in one vessel must also state a price for loading more than one vessel. Offers must not make
any exceptions to the delivery terms and specifically, the load rate guarantee of this IFB. However, lots offered of 15,000 MT
or more may state a separate price for awards of less than 15,000 MT . Supplier must state port(s) or coastal range of loading
in the offer.
5. Delivery Terms:
A. Delivery to be effected at Buyer's call during the relevant delivery period. Each contract to be loaded in one or more vessels,
at buyer's option, basis FOB vessel end of spout , unstowed, untrimmed from one safe berth, one safe U.S. port or Canadian
transshipment point for each lot offered.
B. Seller is to declare loading port ten (10) calendar days prior to commencement of the contracted delivery period.
Said load port must be within the load range nominated in the offer. Seller to nominate loading elevator minimum five (5) calendar
days prior to nominated vessel's ETA at load port.
C. Buyer will provide Sellers with a ten (10) days notice of vessel's ETA at load port with the name of the intended vessel also
giving the approximate quantity to be loaded. All notices provided to Sellers by 5:30 PM [1730 hours] (local time at place of receipt)
on a business day shall be deemed to have been received by Seller on the same day the notice was provided. If more than one Seller
is loading Buyer's vessel in the same port, the tender of the vessel to one Supplier shall constitute tendering to all Suppliers.
D. Substitutions of performing vessels, if required by Buyer, to be accepted by Sellers without any requirement for a new pre-advice
on the basis that the substitute vessel's ETA at the load port is the same or later than that of the original vessel and that the
substitute vessel's dimensions are within the required limitations of the load berth.
E. Load rate guarantee: Seller to guarantee delivery of the bulk wheat F.O.B. end of loading spout, unstowed, untrimmed, at the
following average rates: 4,000 MT for bulk carriers and 2,000 MT for multi-deckers (including liners) and Tankers . Said load rate
will be based on a working day of 24 consecutive hours, weather permitting, Saturdays, Sundays, and holidays excluded, even if used.
If lash barges are loaded, load rate guarantees will not apply, but barges are to be loaded in regular turn without undue delay.
Ocean going bulk carrier barges will be considered as bulk carriers. Any stowing and trimming will be at ship owners account
and expense. Bids must be in accordance to load rate guarantees specified above. Laytime will commence at 0800 hours next
working day after vessel tenders her notice of readiness. Said notice of readiness will be submitted by Buyer's agent or by
vessel Owner's agent by letter or telefax to the loading elevator during regular working hours 0800-1700 hours Monday through
Fridays and 0800-1200 hours on Saturdays, Saturday PM, Sundays and Holiday excepted, vessel having been cleared at the custom
house and all necessary compartments of the vessel having been passed by National Cargo Bureau and an FGIS/USDA licensed
grain inspector. Any prior time used not to count.
F. In the event Seller does not deliver the wheat in accordance to the above terms to buyer's vessel, Seller is to be responsible for the
demurrage and detention charges that Buyer may be liable for, due to said failure by Seller. Said demurrage and detention charges
will be in accordance to the governing Charter Party. Loading laytime accounts to be settled directly between owners and
commodity supplier(s). Laytime calculation, overtime and trimming to be in accordance with addendum No. 1 of the North
American Grain Export Association’s F.O.B. contract No. 2 (revised May 1, 2000) clauses 1-10, (hereinafter NAEGA) regardless
of the type of vessel. Further, the following modification to NAEGA will apply: anywhere the word “buyer” appears, the words
“vessel owners” shall be substituted in its place. Under no circumstances shall CCC or charterers be responsible for resolving
disputes involving calculation of laytime or payment of demurrage or despatch between the vessel owners and the commodity
supplier(s). Any and all disputes arising out of this contract relating to the settlement of laytime issues shall be arbitrated in
New York subject to the rules of the Society of Maritime Arbitrators, Inc.
5. Bid bond: all offers must be supported by a bid bond in the form of a cashier's check or an irrevocable letter of credit issued by a
first class U.S. bank in favor of Molinos Modernos S.A. and Empacadora de Cereales S.A. of Guatemala, C/O Panalpina Inc.
1100 Connecticut Avenue NW, Suite 520, Washington DC 20036, equivalent to 2% of the value of the commodity, to be collected by
draft at sight accompanied by a statement from Molinos Modernos S.A. or Empacadora de Cereales S.A to the effect that the bidder
did not make written confirmation consistent with the terms and conditions set forth in the award within one working day after award
has been issued. Such bid bond shall be submitted with the further understanding that it shall guarantee that the bidder will not
withdraw his bid within the period hereinafter set for the acceptance of bids. The bid bond shall be valid for ten days after the bid
opening date and will be automatically canceled in the case of unsuccessful bidders within 10 days after the closing of the tender.
For successful bidders, the bid bond shall be automatically canceled after presentation of and acceptance by the buyer of the
performance bond.
6. Performance bond: within two (2) working days of receipt of USDA's approval of sale, Seller shall make available to the buyer a
guarantee of performance in the form of an irrevocable letter of credit issued by a first class U.S. bank in favor of Molinos
Modernos S.A. and Empacadora de Cereales S.A of Guatemala, C/O Panalpina Inc. 1100 Connecticut Avenue , NW Suite 520,
Washington DC 20036 equivalent to 5% of the value of awarded contract(s). The performance letter of credit shall guarantee full
and complete performance by the Seller of the terms and conditions of this IFB and shall be collectable at the discretion of the
beneficiary by draft at sight and accompanied by: a). Statement from the beneficiary detailing the nature and extent of the Seller's
failure to so comply and b). a report from an independent surveyor, laboratory, or other competent authority corroborating such
detailed statement. This detailed statement will include an explanation of the Seller's breach of contract, obligations, and the
dollar value of the loss incurred. The amount to be collected will be limited to this dollar value. The guarantee shall not be
collectable where Seller's failure to perform has been caused by an act of force majeure. The guarantee shall be valid for a
minimum of thirty (30) days after completion of loading. Performance bond will be released immediately after USDA/CCC
has paid the seller.
8. Bids must be submitted in writing by sealed letter, telex, or fax to:
Molinos Modernos S.A. and/or Empacadora de Cereales S.A. of Guatemala
c/o Panalpina, Inc., Project Division
1100, Connecticut Avenue N.W. Suite 520
Washington, DC 20036
FAX: (202) 659-2830 / Telephone: (202) 659-2825
9. Bids will be opened in public at the above office at 1530 hours Washington, DC time on Sept. 19, 2002, Bids received after
stated time will not be considered. If a fax offer begins to print before 1530 hours time and continues to print past stated time,
Buyer will consider the offer to have been received on time. Fax offers which start to print after stated time will not be considered.
Offers to be valid until 1000 hours, Washington, DC time on Sept. 20, 2002.
THIS IS AN ABBREVIATED VERSION. BIDDERS MUST GET FULL IFB DETAILS FROM
Panalpina Inc. 1100 Connecticut Ave NW Suite 520 Washington DC 20036, Tel 202 659 2825/ Fax 202 659 2830.
|