FAS Online logo Return to the FAS Home page

INVITATION FOR BIDS (SOYBEAN MEAL IN BULK)
PHILIPPINES – P.L. 480 TITLE I – FY 2002

Award

USDA Reference Number: RP-5023

SUPPLIER: ADM Co., Decatur Illinois
COMMODITY: Soybean Meal in Bulk
QUANTITY: 15,000 MT 5 % more or less buyers option
LOAD PORT: 1 Safe berth , Mississippi River Not North of Baton Rouge
DELIVERY DATES: Sept 15-30, 2002
PRICE: US $ 209.44 per MT basis on bulk carrier, FOB unstowed, untrimmed

USDA Reference Number: RP-5023

SUPPLIER: ADM Co., Decatur Illinois
COMMODITY: Soybean Meal in Bulk
QUANTITY: 15,000 MT 5 % more or less buyers option.
LOAD PORT: 1 Safe berth , Mississippi River Not North of Baton Rouge
DELIVERY DATES: Sept 15-30, 2002
PRICE: US $ 208.33 per MT basis on bulk carrier, FOB unstowed, untrimmed.

USDA Reference Number: RP-5023

SUPPLIER: Bunge North America
COMMODITY: Soybean Meal in Bulk
QUANTITY: 5,000 MT 5 percent more or less buyers option 
LOAD PORT: 1 Safe berth , Mississippi River Not North of Baton Rouge.
DELIVERY DATES: Sept 15-30, 2002
PRICE: US $ 209.39 per MT basis on bulk carrier, FOB unstowed, untrimmed 

USDA Reference Number: RP-5023

SUPPLIER: ZEN-NOH Grain
COMMODITY: Soybean in Bulk
QUANTITY: 15,000 MT 5 % more or less buyers option.
LOAD PORT: 1 Safe berth , Mississippi River Not North of Baton Rouge.
DELIVERY DATES: Sept 15-30, 2002
PRICE: US $ 208.28 per MT basis on bulk carrier, FOB unstowed, untrimmed.

USDA Reference Number: RP-5023

SUPPLIER: ZEN-NOH Grain
COMMODITY: Soybean Meal in Bulk
QUANTITY: 4,707 MT 5 % more or less buyers option.
LOAD PORT: 1 Safe berth , Mississippi River Not North of Baton Rouge.
DELIVERY DATES: Sept 15-30, 2002
PRICE: US $ 210.50 per MT basis on bulk carrier, FOB unstowed, untrimmed. 

Best 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

The Embassy of the Philippines on behalf of the  Department of Agriculture, National Agricultural and Fishery Council of The Government of The Philippines, requests bids for the supply of U.S. soybean meal in bulk, subject to the terms and conditions of P.L. 480, Title I regulations and P.A. RP-5023. Total value of purchase not to exceed U.S $ 12,000,000.00

Bidders must comply will all the terms and conditions of this IFB.

1. Source: United States of America

2. Commodity Specifications:
U.S. soybean meal in bulk. Protein content 48.0% minimum; fat 0.5% minimum; crude fiber 3.5% maximum; moisture 12% maximum
In case of failure to meet the above specifications, following discount schedule applies:
 A)      For protein contracted basis 48.0%:
    1.      from 47.99%-47.50% - acceptable without penalty
    2.      from 47.49%-47.25% - penalty of 0.25% of invoice price
    3.      from 47.24%-47.00% - penalty of 0.50% of invoice price
    4.      from 46.99%-46.70% - penalty of 3.00% of invoice price
    5.      from 46.69%-46.50% - penalty of 4.00% of invoice price
    6.      below 46.50%, buyer’s option to reject the commodity  or buyer and seller to negotiate terms of acceptance
B)      For moisture contracted basis maximum 12.0%:
    1.      from 12.01%-12.50% - acceptable without penalty
    2.      above 12.50% - buyer’s option to reject or accept with a discount of 3.00% of invoice price
C)  For crude fiber contracted basis maximum 3.5%: 
    1.     from 3.51%-3.80% - acceptable without penalty
    2.     above 3.80% - buyer’s option to reject or accept with a discount of 1.00%                of invoice price for each 0.1% above 3.5%  

If buyer elects the option to reject the shipment(s) due to seller’s failure to meet the above quality specifications, the seller will be responsible for any and all costs resulting therefrom included but not limited to vessel demurrage, vessel detention, or any other additional vessel expenses.

Otherwise, specifications in accordance with P.A. RP-5023

Receivers: to be designated by buyer.
Discharge port: port(s) to be designated by buyer.

3.  Quantity                                                          Delivery Period
Approx. 55,000 MT- 60,000 MT                     September 15-30, 2002

Each contract quantity to 5% more or less at buyer’s option and shall apply on the mean contract, whether contract is executed by one or more than one vessel.
Offers must be for the entirety of the delivery period.
Buyer retains the option to accept or reject any or all bids received.

      

4.         Price: net price must be quoted per MT of 2,204.6 lbs. F.O.B. vessel, unstowed, untrimmed from U.S.A. port or range of ports, or Canadian transshipment points separately for (A) bulk carrier, (B) multi-deck (including Liner), (C) 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.         (A) Delivery to be at buyer’s call during delivery period. Each contract to be loaded in one or more vessels at buyer’s option, FOB vessel, end of spout, unstowed, untrimmed from 1 safe berth, 1 safe U.S. port or Canadian transshipment point for each lot offered.

(B) Seller to declare loading port ten (10) calendar days prior to commencement of the contracted delivery period. Load port must be within the load range in the offer. Seller to nominate loading elevator minimum 5 calendar days prior to vessel’s ETA at load port.

(C) Buyer will provide sellers with a 10 day notice of vessel’s estimated time of arrival at load port with the name of the intended vessel and the approximate quantity to be loaded. All notices provided to seller(s) by 5:30 PM (local time at place of receipt) on a business day shall be considered to have been received  by sellers on the same day as 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) Substitution of performing vessel, if required by buyer, to be accepted by seller without any requirement for a new pre-advice on the basis that the substitute vessel’s ETA at the loading 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 loading berth.                                                                            (E) Load rate guarantee: seller to guarantee delivery of the bulk SBM F.O.B. end of spout, unstowed, untrimmed at the average rate of 5,000M/T for bulk carriers and 2,500 MT for multi-deck vessels (including liners) basis weather working day of 24 consecutive hours, Saturdays, Sundays and holidays excluded, even if used. No load rate guarantee for lash barges, but same to be loaded in regular turn without undue delay. Ocean-going bulk carrier barges will be considered as bulk carriers. Bids must be in accordance with the load rate guarantee specified above. Laytime will commence at 0800 hours next working day after vessel tenders its notice of readiness.(NOR). Said NOR will be submitted by buyer’s agent or vessel owner’s agent by letter, telex, or fax to loading elevator during regular working hours (0900-1700 hours) Monday through Friday inclusive (or before 1200 noon if on Saturday), vessel having been cleared at the custom house and all necessary compartments of the vessel having been passed by both the National Cargo Bureau Surveyor and FGIS/USDA licensed grain inspector. Any prior time used not to count. 

(F) In the event seller does not deliver the soybean meal cargo 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 of the seller. Demurrage and detention will be in accordance to the governing charter party. Demurrage/Despatch to be settled directly between ship owner and commodity supplier. Neither buyer nor USDA/CCC will be held liable or be responsible for any demurrage/despatch at the load port(s). Any disputes in calculation of laytime at load port(s) to be settled directly between seller and ship owner. If required, arbitration will be accordance with the prevailing charter party i.e. at New York and to be settled in New York in accordance with Society of Maritime Arbitrators (SMA) rules.                                                                            

(G) Seller will be responsible for any and all costs, including detention charges, due to seller’s delivery of infested soybean meal on board buyer’s vessel, which has been inspected and passed by USDA/FGIS licensed inspector (or equivalent if Canada) prior to commencement of loading.

(H) Nomination of shipping port or range of ports and quantity to be delivered to be included in bids. Seller to specify in the bid any draft restrictions on LOA, beam, maximum draft, maximum airdraft or any other factors which limit the size of loading vessels at prospective loading berths.                                                 

(I) In the event seller(s) nominate a port of loading which master(s) of vessel(s) engaged to lift the contracted quantity, when no more than 72 hours off the port, deems unsafe for entry, seller(s) are obligated to promptly provide contracted quantity at another port in the same range at no additional cost. Sellers are further obligated to pay vessel’s deviation and incidental costs and resulting demurrage occasioned by second port nomination and to waive carrying charges resulting from delay in loading attributed to nomination of original port.

(J) In the event of delivery of any quantity not meeting contracted commodity specifications, sellers shall be responsible for all costs and damages sustained by vessel owners and/or buyers, including but not limited to time lost and fumigation cost due to delivery of off-grade commodity. Sellers must compensate vessel owners and/or buyers for all such costs and damages prior to owner’s release of bills of lading covering the shipment concerned except for the time lost, which will be counted in accordance with the terms of “delivery rate guarantee. See clause above.                                                                               

(K) In the event of seller’s failure to deliver the total quantity required by buyer/nominated vessel, seller shall be responsible for any deadfreight provided, however, that such required quantity is within the quantity limits of the commodity contract.

6.         Except for force majeure, if vessel is delayed beyond dates of delivery, or vessel cannot perform, all interest and interest and carrying charges claimed by seller shall be collected from shipowner. Carrying charges and interest charges will be levied in accordance to NAEGA No. 2 (revised May 1, 2000) clause 19 and will be at the following rates: $0.25 per MT per day and interest charges at 1.5% over Citibank (New York) prime rate in effect on date of purchase. Carrying/interest and all other charges will cease to accrue once the nominated vessel or its substitute has tendered notice readiness to loading elevator. Carrying charge computation:

a)       if contract is completed, carrying charges are to be computed based upon actual quantity delivered or

b)       if the contract is not completed or only partially executed (total quantity delivered being less that the minimum (95% of the mean contract quantity), carrying charges are to be computed on the minimum quantity of the contract or on the difference between the contract minimum quantity and the quantity delivered.                                   

 7.            Inspection: weight and quality certificates to be in accordance with governing Purchase Authorization/P.L. 480, Title I regulations. A certificate of origin certified by local chamber of commerce at load port and a phytosanitary certificate issued by APHIS/USDA are to be provided to buyer. Costs of inspection, certificates/documents are for account of seller. 

8.            Payment will be made directly by CCC after submission of following documents:
a.       One (1) copy of the supplier’s detailed invoice showing quantity, description, contracted price, net total price expressed in dollars, the amount for which financing is requested from CCC, amount not eligible for financing by CCC, and basis of delivery (e.g. F.O.B. vessel).

b.       One copy of the ocean bill of lading.

c.       One (1) copy of Form FGIS-993, “Commodity Inspection Certificate” issued in accordance with Agricultural Marketing Act of 1946, as amended or an independent laboratory report, covering inspection at point of loading to vessel and shall show the protein, fat, fiber, and moisture content.

d.       One (1) copy of Form FGIS-993, “Commodity Inspection Certificate”, or Form FGIS-915 “Official Stowage Examination Certificate” showing that the ocean vessel, LASH barge, or ocean container is clean, dry, free of insect infestation, and in such condition as not to contaminate the soybean meal loaded, and shall contain the name of the ocean vessel or the identification of the LASH barge or ocean container to which the soybean meal was loaded.

e.       One (1) copy of Official Phytosanitary Certificate issued by  APHIS/USDA.

f.         One (1) copy of the certificate of origin

g.       One (1) copy of Export Weight Certificate issued by FGIS or an independent laboratory

h.       Signed original of Form CCC-329 “Suppliers Certificate” from the commodity supplier covering the net invoice price for the commodity.

i.         One (1) signed approval of Form FAS-359, “Declaration of Sale”.

j.         One (1) copy each of the vessel inspection certificates issued by both the National Cargo Bureau (NCB and by a USDA/FGIS licensed grain inspector stating that the vessel was in all respects ready to load the soybean meal cargo

  9.                   CCC pays by electronic transfer. When submitting documents to CCC for payment the following information is required: (1) name of company, (2) the collecting bank’s ABA number, (3) payee’s account number, (4) payee’s taxpayer I.D. number, and (5) type of bank account used. Documents may be couriered or hand carried to:

U.S. Department of Agriculture
Commodity Credit Corporation
Financial Management Division
3101 Park Center Drive, Suite 1132
Alexandria, VA 22302 

Or mailed to:

 U.S. Department of Agriculture
Commodity Credit Corporation – STOP 0581
Attention: Foreign Exports Accounting Section
1400 Independence Avenue, SW
Washington, DC 20250-0581

 10. Documents required by buyer are to be couriered to Panalpina, Inc., Project Division, 1100 Connecticut Avenue, NW, Suite 520, Washington, DC 20036-4101:

 a.       Three (3) original negotiable plus six (6) non-negotiable copies of clean on board bill(s) of lading as per charter party. The bill(s) of lading must state on-bard date and state that freight is payable as per charter party

b.       Commercial invoice – six (6) copies signed by seller

c.       Official Export Grain Weight Certificate in triplicate

d.       Certificate of Origin – original and 5 copies

e.       Commodity Inspection Certificate – Form FGIS-993 – or an independent laboratory report - original and 5 copies

f.         One (1) copy each of the vessel inspection certificates issued by both the National Cargo Bureau (NCB and by a USDA/FGIS licensed grain inspector stating that the vessel was in all respects ready to load the soybean meal cargo

g.       Original Phytosanitary Certificate

 11.        All offers must be supported by an unconditional 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 the Embassy of the Philippines, Washington, DC equivalent to 2% of the FOB value of the commodity offered to be collectible by draft at sight accompanied by a statement from the Embassy of the Philippines 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 USDA’s approval of sale. 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 specified therein after the opening of the bids The bid bond shall be valid for ten days after the bid opening date, and will be automatically cancelled in the case of unsuccessful bidders within ten days after the closing of the tender. For successful bidders, the bid bond shall be automatically cancelled after presentation and acceptance by the buyer of the performance bond.

12.        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 (L/C) issued by first-class U.S. bank equivalent to 5% of the value of awarded contract(s). The performance L/C shall guarantee full and complete performance by the seller or the terms and conditions of the IFB. It shall be collectible at the discretion of the beneficiary by draft at sight accompanied by (1) a statement from the beneficiary detailing the nature and extent of the seller’s failure to comply, and (2) a report from an independent surveyor, laboratory, or other competent authority corroborating such detailed statement. This detailed statement will include an explanation of 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 and any cost incurred by the buyer in collecting the dollar value of the bid bond shall be for the account of the seller. The guarantee shall not be collectible where seller’s failure to perform has been caused by an act of force majeure. The guarantee shall be valid for a minimum of 30 days after completion of loading. Performance bond will be released immediately after CCC has paid the seller.

13.        Should delivery by seller of the soybean meal or any part thereof, or acceptance of the soybean meal or any part thereof by buyer’s F.O.B. vessel be prevented or delayed by reason of riots, strike, lockout, embargo(es), interruptions or stoppages of the normal course of labor or transportation at the port(s) of delivery or elsewhere preventing the forwarding of goods to such port(s), shipment of such goods from such port(s), or by reason of action by the federal, state, or local government or authority, the seller shall be entitled upon termination of the cause(s) of prevention and/or delay, and on the resumption of work after the termination of the riot, strike, or lockout, whichever occurs later, to as much time as would have remained for delivery at the commencement of such cause(s), but not less than 14 days, and buyer’s time to call for delivery shall be similarly extended; provided, however, that either party shall have notified the other within two (2) business days of the commencement of the cause(s) of prevention or delay, if such commencement occurs within the contract period, or if the causes existed prior to the contract period, within two (2) business days from the first day of contract delivery period, that the causes(s) then existed, buyer shall not be responsible for carrying charges of any kind or character whatsoever in the event delivery is prevented as herein above set forth, and buyer agrees to act promptly to accept the soybean meal as soon as it can reasonably do so upon termination of the cause which prevented delivery and seller agrees to make such delivery when called upon to do so by buyer.

In the event of buyer’s failure to take delivery (partial or total) within the original delivery period, seller(s) shall take the following measure(s):         

A.             If loading vessel is nominated within the original delivery period, however, the vessel tenders notice of readiness to sellers or the loading elevator after the last day of the original delivery period, the delivery period to be extended for a sufficient period for the vessel.

B.             If buyer fails to nominate loading vessel within the original delivery period, sellers shall carry the soybean meal for buyer’s account beyond the original delivery period until buyer nominates vessel and takes delivery.

C.             If buyer is unable to take delivery within the original or extended delivery period due to cause(s) listed under “strikes or other causes of delay in delivery” clause 20 (B) of NAEGA No. 2 form, sellers shall continue to carry the soybean meal until buyer takes delivery after such cause(s) are removed or, at buyer’s option, sellers shall agree to cancel the contract without penalty to buyers in the event such cause(s) last more than 30 days.

14.               Terms and conditions of this IFB, P.L.480, Title I regulations and P.A. RP-5023 will be fully incorporated by reference in the sales contract, which must be signed by seller within two (2) days of the official award. The contract form will be seller’s sales form on seller’s letterhead.

15.        Bids must be submitted in writing, sealed letter or fax to:

Embassy of the Philippines
C/o Panalpina, Inc., Project Division
1100 Connecticut Avenue, NW, Suite 520
Washington, DC 20036-4101
Fax: (202) 659-2830

16.        Offers are to be submitted not later than 1530 hours Washington, DC time on August 14, 2002 and are to remain valid until 1000 hours next business day August 15, 2002. Late offers will not be considered. However, if a fax starts printing before 1530 hours Washington, DC time and continues printing past that time, buyer will consider the offer to be a valid on-time offer. Fax offers which begin printing after the stipulated time will not be considered.

Panalpina, Inc., Project Division
As Agents for the Embassy of the Philippines

Philippines SBM Commodity 2002


Last modified: Monday, April 14, 2008 05:13:23 PM